Request for Proposal for procurement of VSATs & VSAT related support services. Reference Number: HO/ITD/148/2015 Dated: 29/01/2015

Size: px
Start display at page:

Download "Request for Proposal for procurement of VSATs & VSAT related support services. Reference Number: HO/ITD/148/2015 Dated: 29/01/2015"

Transcription

1 Request for Proposal for procurement of VSATs & VSAT related support services Reference Number: HO/ITD/148/2015 Dated: 29/01/2015 Price of tender document: `10,000/- (Rupees Ten Thousand only) Earnest Money Deposit: ` 30, 00,000/- (Rupees Thirty Lacs Only)

2 TABLE OF CONTENTS S. No Description Page No 1 Invitation to quote 3 2 Introduction 4 3 Scope of the Tender 5 4 Instructions to Bidders 8 5 Qualification Criteria 10 6 Terms and Conditions of offer 11 7 Annexure A Technical Specification 31 8 Annexure B Technical Bill of Material (Unpriced) 32 9 Annexure C List of locations Annexure I Authorization Letter Format from bidder Annexure II Offer cover letter Annexure III- Statement of Eligibility Criteria Annexure IV Authorization Letter Format from OEM Annexure V FORM1 - Details of bidder Annexure VI- FORM2 Details of Service Centers Annexure VII- FORM3 Customer Reference Details Annexure VIII- FORM4 Details of Financial Position Annexure IX- Commercial bid format Annexure X Proforma for the Bank Guarantee for Earnest Money 46 HO/ ITD/148/ of 48

3 Invitation to quote DATE : 29/01/2015 RFP No. : HO/ITD/148/2015 The Bank invites sealed offers (technical offer and indicative commercial offer) for procurement of VSATs for its branches and offices and their maintenance 1. Dena Bank invites sealed bids from eligible bidders for the supply, installation, commissioning and maintenance of VSATs. 2. Interested eligible bidders may obtain further information from the office of Dena Bank, Information Technology Department, Dena Bhawan-A, Patel Estate Road, Behind Telephone Exchange, Jogeshwari (W), Mumbai Tender document may be downloaded from the Banks website (hard copies of the tender document will not be provided) and non-refundable tender fee of `10,000/= (Rupees Ten thousands only) should be deposited to the account as per the details hereunder and copy of transaction receipt has to be submitted on or before 26/02/ Hrs. Bank: Dena Bank Branch: Jogeshwari-West, Mumbai Account No: Account Name: Dena Bank IT Department Account Type: Current IFSC Code: BKDN The bidder may purchase the bid document till date of submission however no queries will be entertained after pre bid meeting. 5. The Bid Details are as follows : S. No. Item Description 1. Bid reference HO/ITD/148/ Price of Bid Document `10,000/- 3. Date of commencement of 29/01/2015 sale of Bidding Documents 4. Prebid meeting 05/02/ Hrs 5. Last date for sale of Bidding Documents 26/02/ Hrs 6. Last Date & Time for 26/02/ Hrs Submission of Bids 7. Date and time of opening of 26/02/ Hrs Technical Bids 8. Place of submission & opening of Bids Dy. General Manager Dena Bank Information Technology Department, Dena Bhawan-A, Patel Estate Road, Behind Telephone Exchange, Jogeshwari (w), Mumbai Address for communication As above Sr.No.8. Tel : /7080/7085/1093 Fax : ittender@denabank.co.in HO/ ITD/148/ of 48

4 6. All bids must be accompanied by bid security as specified in the Bidding Document and must be delivered at the above office on or before specified date and time indicated above. 7. Bids will be opened in the presence of the bidders authorized representatives on the specified date and time. 8. Bidders will have an interface with the Bank on the technical feasibility of the proposal during pre-bid meeting. If the Bank is not satisfied with technical specifications and the feasibility of the technical offers submitted by any bidder, the commercial offers of that bidder will not be opened. Technically disqualified offers will not be taken up for further process and no discussions / interface will be granted to such bidders. 9. Dena Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons there for. Dy. GENERAL MANAGER (IT) DENA BANK, HO, MUMBAI. HO/ ITD/148/ of 48

5 Introduction Dena Bank, a public sector bank invites request for proposal for procurement of VSATs for Branches, Offsite ATMs, VSAT backhauls for DC & DR.. Bank s current network architecture design is as follows: Banks locations are inter-connected through Leased Line, MPLS-VPN of BSNL, MTNL and SIFY. Some of the branches/offsite ATM are connected through VSAT of HCL Comnet, Hughes communication Ltd. and their respective VSAT hubs are connected to data center and DR site through Leased Line connectivity. Present Requirement This document constitutes a formal Request for Proposal (RFP) for establishment of VSAT based WAN links for 250 Branches/ATMs. The Bank invites responses from VSAT Service Providers to propose a contractual arrangement to supply the equipment, installation, integration and maintenance of the VSAT network for the Bank. The Broad scope of work is as under: a. Installation and commissioning of VSAT equipment at sites specified by the Bank. Exact location of the sites will be informed as and when the sites are ready. As per current analysis 20 % VSAT may be deployed at offsite ATM and 80 % VSAT at branches. However VSAT deployment may change based on requirement. b. Integrating the VSAT links and the backhaul connectivity within the existing LAN/WAN infrastructure and other equipment purchased from different vendors in the network of the Bank so as to have cohesive behavior of the network as well as other equipment installed in the network including network management. c. At branch end connectivity of VSAT need to be provided on Fast Ethernet and Gig Ethernet interface. At DC site, both links after DC backhaul router need to provided on fast/gigbit ethernet interface provided by us. d. The VSAT Service Provider should carry out all civil works related to the installation of antenna of VSATs at all the proposed locations. The site requirements need to be indicated in the bid submitted. e. The VSAT can be for Primary or redundant connectivity. Bidder should provide facility of automatic switching between the terrestrial based links and VSAT based links wherever available. In case it is redundant the switch over should be automatic and the equipment needs to be integrated with the existing router/switch to facilitate the same. f. For Branches where the VSAT will be a primary mode of connectivity, Bandwidth of 128 Kbps per site is required to be provided and is to be made available 24*7 g. For the branches where the VSAT will be a configured on backup mode to the primary link (Leased Line/MPLS), the bidder will have to allocate 128 Kbps per site taking into account a concurrency ratio of 20% across all the locations where the HO/ ITD/148/ of 48

6 VSAT is to be configured on backup / primary mode for branch operations. In the case of ATMs and other delivery channel requirement, the bandwidth requirement will be 5 Kbps which may increase / decrease per site taking into account a concurrency ratio of 100% across all the locations where the VSAT is to be configured on primary mode and concurrency ratio of 20% in case VSAT is deployed as backup mode. h. The Total Pool of Bandwidth to be allocated to all the 250 sites will be 4 Mbps keeping the concurrency factor (For locations where VSATs will be configured in the back up mode) into consideration. Bidder should able to increase total pool bandwidth from 4 Mbps to desired bandwidth upto maximum of 30 Mpbs at the request of the Bank within a maximum period of 6 weeks. Bank may increase / decrease pool bandwidth requirement with a notice period of 6 weeks. Bank will maximum increase/decrease 2Mbps of bandwidth at a time i. The VSATs will have to be terminated on the Router Ethernet Port, installed at the Branches. The Routers at the Branch will be provided by the Bank. Bidders will have to provide the static / dynamic routing configuration of the Router to the Bank, which will then be subsequently configured by the Bank s existing vendor. j. The Connectivity shall be provided to the Bank on an Outright Purchase Model. k. Three years onsite warranty and maintenance in terms of after sales support of the equipment supplied by the vendor with response time of less than two hours plus travel time. The vendor shall quote for AMC for a period of 2 years post warranty period l. Bidder shall have system for Management of the Installed Network using Network Management software through a central location from Vendor s NOC. The reports requirements provided by Bank to be made available on daily / weekly / monthly / quarterly basis. m. Backhaul Connections will have to be designed between the Bidder s VSAT Hub location and the Bank s DC and DR. The Backhaul Point to Point Links will need to be procured and commissioned by bidder in the name of Bank directly from the Basic Telecom Service Providers with the approval of Bank. Actual lease rentals for the links will be paid by Bank. However, the Router Hardware and related network equipment required for terminating the Backhaul Links at the VSAT hub location, the Bank s DC and DR sites will have to be provided by the vendor as a part of this project. For backhaul / interconnectivity among various service providers, the related network approvals, if required, the same shall be obtained by the vendor. n. In case of failure of Primary Backhaul, the data should be routed through the alternate service providers backhaul automatically. o. Service Level Agreement to be executed, covering critical elements like Service availability, committed access rates, bandwidth, providing an uptime of 99.5% or more and guaranteed network latency not exceeding 1.5 seconds for any Branch/ATM based financial transaction. Bank may accept latency more than 1.5 HO/ ITD/148/ of 48

7 second if B/W provided is being over-utilized (i.e more than 70 % of the B/W allotted.) p. Vendor should meet the Govt. regulatory and Bank security requirements and the same should be implemented on an ongoing basis at no additional cost to the Bank. q. Adhering to the delivery schedule of each delivery instruction as advised by the Bank. r. The bidder should take all care not to hamper the working of the branches and offices. Any interruption in the branches/offices/ Offsite-ATMs/ has to be foreseen by the bidder and the same has to be brought to the notice of the Bank in writing and only on approval by the Bank, the bidder shall proceed ahead. The bidder shall always take prior permission of the premises in-charge of the bank before starting any work. The selected bidder shall supply identity cards to all their employees scheduled to work in the bank s premises and formally submit request letter to the bank s official for permitting access. The bidder shall abide by the security rules & procedures of the bank. Any requirement of working after office-hours and on holidays of the bank shall be foreseen and a request in writing shall be made to the bank in advance and obtain permission from the bank. s. In case any damage of bank s property during execution of work is attributable to the bidder, bidder has to replace the damaged property at his own cost. t. The Bidder shall be fully responsible for installation, integration and commissioning of the equipment including commissioning of VSATs, cabling and other related activities such as unpacking, uncrating, inspection etc. for which the bank shall provide the required space. While unpacking and installation the bidder shall check physical availability of items as per the packing list. u. The selected Bidder shall take all steps to ensure safety of their s and the bank s personnel during execution of the contract and also be liable for any consequences due to omission or act of the selected bidder or theirs sub-vendors. The bidder shall also ensure cleanliness of the site (work area) during execution of the contract. v. The bidder shall also indicate the site preparation required for installation in terms of requirements like the size and weight of the System/sub-system (space required), operating temperature and relative humidity, dust level, requirement of airconditioner, power requirement (stabilizer, UPS), electrical grounding (earthing), routing requirement, floor/ceiling type, requirement of false floor/ceiling, etc., separately for each equipment. Load on power and heat dissipation for the equipment shall also be mentioned. The selected Bidder shall submit the document regarding site preparation requirements. The bidder shall be responsible for checking whether the site is made ready as per the requirements before installing the VSAT. The Bank's deliverable specifically includes supply of UPS, Earthing, AC, and Platform for the VSATs, Any Monkey Cages (If required) and providing space for keeping the VSAT equipment. w. All the cabling including IFL cable done with proper clamping shall be neat and structured and bidder shall document the cabling PATH along with rack layout. HO/ ITD/148/ of 48

8 x. Completing all legal and regulatory formalities required for installing, integrating and operating the services offered. y. The vendor should provide helpdesk at their NOC so as to support the Help desk activities at no additional cost to Bank. All vendors should note that this Help desk is in addition to the regular monitoring of VSATs/Leased lines from the vendors NOC. z. The helpdesk number shall be provided to all the branches using VSATs for core banking and ATM applications, so that in the event of any downtime, the complaint for the same can be logged in at the central helpdesk. aa. During project pre and post implementation the vendor should provide one dedicated Project Manager and Technical engineer to look after this project exclusively. Essential Requirements Technical Engineers at the Dena Bank Data Center The Vendor will be required to assign one Technical Engineers on a dedicated basis at the Bank s Datacenter to cater to all technical queries and fault resolution across the VSAT Network. The Technical engineers will carry the responsibility of ensuring smooth functioning of the network and should be suitably qualified to troubleshoot VSATs and Leased Lines with an experience of at least 2 years. Bank at its discretion may increase / decrease or discontinue the utilization of the services of engineer at Bank s data centre Backhaul Link Provisioning Bidder to provide Backhaul links between the VSAT Hub location and the Bank s DC and DR locations (2*4 Mbps between the Hub location and the DC, 1*4 Mbps between the Hub location and the DR). The Bidder will have to provide the required Router Hardware and other required network equipment as per specification provided, for terminating the Backhaul links, in Redundant Mode at the VSAT hub location and the Bank s DC and DR Locations Network Management System (NMS) The Service Provider shall provide Network Management as a part of service, which should include but not limited to the following: Proactive Network Management The service provider s NMS must be capable of automatically detecting the failure and initiating corrective actions and generate the uptime reports. Uptime of the VSATs will be decided based on these reports. Central Control The VSAT network must be centrally controlled, enabling centralized monitoring and configuration. All remote stations must be fully controlled from a central Network Management System (NMS). Software Management: Software upgrades must be downloadable to the VSATs from the hub. GUI: The NMS should have a graphical user interface (GUI). HO/ ITD/148/ of 48

9 VSAT Routing: The NMS must control all VSAT Routing functionality. Statistics: The system shall enable statistics collection at the VSAT port level. VSAT Commissioning: Remote VSAT commissioning capability from the NMS is required. Configuration Templates: The NMS should feature templates for convenient configuration of system components and VSATs. Health check for all VSAT terminals and providing alarm indicating faulty sub systems. Bandwidth pool management. Scheduling of services i.e. the NMS shall have the capability of bandwidth settings in the network or for a sub group within the network at any time of day. A set of reports indicating the following: Daily VSAT uptime and Bandwidth utilization report. Link performance and reliability/availability on a monthly basis VSAT parameter modifications as and when made Monthly Inbound & outbound BW utilization The printed reports duly signed by the HUB Engineer should be submitted on monthly basis. Network Security Controls The Network should adhere to the following security aspects: Strong Authentication for the VSAT terminals, Vendors need to mention the security mechanisms deployed on their network to ensure that the VSATs in the Bank s network cannot be accessed by other VSATs in other CUGs. IPSEC Encryption for specific financial traffic from Branch to DC & DR, as advised by the Bank for data confidentiality The IPSEC Encryption shall be between a Router provided by the Bank at the remote site & the IPsec Head end router that is to be installed at the DC & DR VSAT should support end to end IPv4 and IPv6 in dual stack mode. Extended C Band License Since the Network is planned on Extended-C Band, it is therefore essential that the Service Provider should have Extended-C Band services operational in India. Service Provider should enclose the copy of the Extended-C Band VSAT license from DOT along with the BID. The following documents shall be enclosed along with the technical bids. VSAT license from DOT Type of service DOT clearance for VSAT equipment HO/ ITD/148/ of 48

10 WPC license CUG License Customer testimonials HO/ ITD/148/ of 48

11 Instructions to bidders 1. Two Bid System Offer Offers (Technical & commercial) must be submitted at the same time, giving full particulars in separate sealed envelopes at the Bank s address given below. Bank s address Asst. General Manager [IT] Dena Data Center Dena Bhawan B Behind MTNL building S V Road, Patel Estate, Jogeshwari (W) Mumbai The bidder shall furnish, as part of its bid security of `30 Lakhs in one of the following forms a) A bank guarantee issued by a scheduled commercial bank other than a cooperative bank for forty five (45) days beyond the validity of the Bid or b) A Bankers cheque. Unsuccessful Bidder s bid security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of bid validity prescribed by the Bidder. No interest will be payable on bid security amount. In the event of non-submission of bid-security amount of Rs. 30 lakh, the proposals will be rejected The bid security may be forfeited: a) If the bidder withdraws its bid during the period of bid validity specified by the Bank. b) In case the information submitted by the bidder supporting its eligibility claim is found to be false c) In case of the successful bidder, if the bidder fails to: 1. To sign the contract 2. To furnish performance security All the envelopes must be super-scribed with the following information: Type of Offer (Technical or Commercial) Offer Reference Number Due Date Name of Bidder HO/ ITD/148/ of 48

12 Opening of Bids The Bank will open the technical bids on the stipulated day in the presence of authorized representatives of the bidders. The technical bid will be opened first and evaluated for technical requirements as per the stipulations. L1 bidder will be decided through reverse auction. Bank will open the commercial offer of all the technically qualified Bidders before the reverse auction process to arrive at the opening price (start price) for the Reverse Auction. However there would be no compulsion on the part of the Bank to accept these prices as Bench Mark for determining the Start Bid price and the Bank may at its discretion use any other process / methodology to determine the Start Bid Price without having to disclose the basis to the Bidders. All technically qualified Bidders would participate in the reverse auction through the e-tendering process. The bidder has to participate in the e-tendering process adopted by the Bank and comply with the procedure mentioned in the e-tendering process prescribed by the Vendor appointed by the Bank for e-tendering. L1 bidder will be selected on the basis of the least total cost of ownership (TCO) criteria. The bidder who has quoted lowest TCO would be declared as L1 bidder. ENVELOPE-I (Technical Offer): The Technical Offer (T.O) should be completed in all respects and contain all information asked for, except prices. The T.O. should include all items asked for in Annexure. The T.O. offer should not contain any price information. In case the T.O. includes the price information, the bidder will be disqualified on that ground itself. The T.O. should be completed to indicate that all products and services asked for are quoted. Any software(s) or operating system supplied free along with the system or at a cost must be indicated separately and specifically. It is mandatory to submit technical details in the prescribed format dully filled in along with the offer. The Bank, at its discretion, may not evaluate a Technical offer in case of non-submission or partial submission of technical details. ENVELOPE-II (Commercial Offer): The Commercial Offer (C.O.) should give all relevant price information and should not contradict the T.O. in any manner. These two envelopes containing the Technical and Commercial Offer should be separately submitted. Please note that if any envelope is found to contain both technical and commercial offer, then that offer will be rejected. 1. Qualification Criteria Only the bidders, who fulfill all the qualifications mentioned in Eligibility Criteria of the offer, are eligible to participate in the offer. 2. Schedules of the Offer The provider has to commission the links as per the following schedule in respect of Work Order issued for the locations listed in Annexure II: Serial Details Time Frame (from HO/ ITD/148/ of 48

13 No. date of issuance of Work Order.) 1 Commissioning of VSATs 06 Weeks For Work Orders placed subsequently, the VSATs have to be commissioned within a period of Four weeks from the date of issuance of the Work Order. 3. Terms and Conditions Terms and conditions for bidders who participate in the offer for quotes are specified in the section called Terms and Conditions. These terms and conditions will be binding on all the bidders. These terms and conditions will also form a part of the purchase order, to be issued to the successful bidder(s) on the outcome of the offer process. 4. Non-transferable offer This offer document is not transferable. Only the party, who has purchased this document, is entitled to quote. 5. Pre bid Meeting: The pre-bid queries, if any should be mailed to ittender@denabank.co.in on or before the last date and time for sale of tender document. Only those bidders who have collected the tender document would be allowed to attend the pre-bid meeting. Maximum two officials per bidder would be allowed to participate in pre-bid meeting. The representatives of OEM who are not bidders are not permitted to participate in Pre bid Meeting 6. Offer validity Period: The offer should hold good for a period of 90 days from the date of opening of technical offer. 7. Address of Communication Offers should be addressed to the address given in Para Modification and Withdrawal of Offers The bidder may modify or withdraw its offer after its submission, provided that written notice of the modification or withdrawal is received by Dena Bank prior to the closing date and time prescribed for submission of offers. No offer can be modified by the bidder, subsequent to the closing date and time for submission of offers. 9. Preliminary Scrutiny Dena Bank will scrutinize the offers to determine whether they are complete, whether any errors have been made in the offer, whether required technical documentation has been furnished, whether the documents have been properly signed, and whether items are quoted as per the schedule. Dena Bank may, at its discretion, waive any minor non-conformity or any minor irregularity in an offer. This shall be binding on all bidders and Dena Bank reserves the right for such waivers. 10. Clarification of Offers HO/ ITD/148/ of 48

14 To assist in the scrutiny, evaluation and comparison of offers, Dena Bank may, at its discretion, ask some or all bidders for clarification of their offer. The request for such clarifications and the response will necessarily be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. 11. No Commitment to Accept Lowest or Any Offer Dena Bank shall be under no obligation to accept the lowest or any other offer received in response to this offer notice and shall be entitled to reject any or all offers including those received late or incomplete offers without assigning any reason whatsoever. Dena Bank reserves the right to make any changes in the terms and conditions of purchase that will be informed to all bidders. Dena Bank will not be obliged to meet and have discussions with any bidder, and/or to listen to any representations. 12. Documentation The following information should be furnished along with the technical offer by means of printed technical brochures as per checklist provided. a. Make and model numbers of all the items quoted b. Specifications of all items asked along with technical specifications table. 13. Submission of Technical Details It is mandatory to provide the technical details in the exact format of Technical Details column given in the technical specifications. Dena Bank may not evaluate the offer in case of nonadherence to the format or partial submission of technical details as per the format given in the offer. Dena Bank shall not allow/permit changes in the technical specifications once it is submitted. The relevant product information brand and model number offered, printed product brochure, technical specification sheets etc. should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification. 14. Make, Models & Part numbers of the equipment It is necessary to provide make, model and part numbers of equipment and their sub components which are critical in nature and requires replacement when the part gets faulty. If part number changes, bidders should intimate same to the bank. The offer may not be evaluated and/or will be liable for rejection in case of non-submission or partial submission of make, model and part numbers of the items offered. Please note that substituting this information by just brand name is not enough. 15. Format for Technical Offer The Technical Proposal should be submitted in an organized and structured way. a. Index b. Technical Offer with Specifications as given in Annexure A. c. Authorization Letter Format as per Annexure I d. Bidders offer letter as per Annexure II e. Pre-qualification criteria compliance format as per Annexure III f. OEM letter of authorization and Undertaking as per Annexure IV g. Technical Bid Forms I to IV.( Annexure V to VIII ) HO/ ITD/148/ of 48

15 h. Terms and Conditions Compliance table Term No Short Description of term Complied (Yes/No) Detailed explanation about deviation, if not complied 1 To Last 16. Format for Commercial Offer The Commercial offer must not contradict the technical offer in any way. The suggested format for submission of Commercial offer is as follows: 1. Index 2. Covering letter 3. Commercial Version of Bill of Materials and Price Schedule (as per Annexure IX). This must contain all price information 4. A statement that the bidder complies with Payment schedule given in the offer. 17. Locations of Installation This offer is being floated by the Head office of Dena Bank. The equipment being procured through this offer shall be installed and commissioned by the successful bidder, at various locations all over India. The indicative lists of locations where equipment are proposed to be installed are given in Annexure C. 18. Costs & Currency DENA Bank will take into consideration the sum of the cost of supply, installation services and AMC cost while arriving at L1 bidder. The cost must be indicated as Fixed Price in Indian Rupees only, including the following: 1. Cost of the equipment/ services. 2. Installation and commissioning charges, if any, 3. 5 years comprehensive onsite warranty covering all parts & labour. 4. Transportation and Forwarding charges up to the site of installation. 5. Insurance to cover equipment up to delivery of equipment at Dena Bank site. 6. All taxes (including sales tax, service tax, VAT) and duties and levies excluding octroi, which will be reimbursed on actual basis against original document of payment. 7. Bank is likely to get Duty Credit Scrips under the Served from India Scheme of the Central Government s Foreign Trade Policy and the Bank intends to utilise these scrips in payment of the Excise Duty element involved in the purchase for which this RFP is floated. Bidder to make all the necessary arrangements for clearance of the material from custom/excise dept. The price offered to the Bank must be in Indian Rupees, inclusive of all presently applicable taxes and duties. Any new taxes/ increase in taxes introduced by Govt. / State Govt./ Municipal Corporation or local bodies which is subject matter of the contract, if it is a liability of Bank shall be borne by the Bank and shall become payable by the Bank on production of documentary proof by the bidder. HO/ ITD/148/ of 48

16 If the Government brings in any changes to the tax structure resulting in reduction of the cost, the benefit arising out of such reduction or changes or abolition shall be passed on to the Bank. The price should be mentioned in terms of the amount payable by Bank as per the pricing structure for all the services indicating the break-up of each item as per bill of materials. However, any item not mentioned in the bill of material but necessary to complete the project will be the sole responsibility of the bidder and will be deemed to have been included in the price. Prices, which are not quoted as above, can be rejected. The Bank reserves its right to reject any bid submitted with an adjustable price quotation. 19. Price Freezing: The price finalized will remain valid over a period of contract from the date of 1st Purchase order for with the option to the Bank to review the prices for downward/upward revision of price due to reduction/increase in government levies, taxes, duties etc as mentioned in the Para Criteria Following criteria describes the major aspects for evaluation of offers: a. Reputation of the MPLS link service provider in India for quality of service and reliability. b. Capability of the proposed solution to meet technical requirements outlined in this document c. Capability of the NOC Center to meet technical requirements outlined in this document d. Compliance of the equipment, NOC center facilities offered with technical specifications laid down in the tender. e. Acceptance of tender terms and conditions. f. Service and support capabilities of bidders. g. Bidder standing (e.g. experience in supply and support of similar solutions) h. Sound financial conditions as judged by the Bank. i. Bidder meeting the qualification criteria as specified in the tender document. The evaluation will focus on the degree of fit to requirements. It may include reference demonstrations, reference calls, and site visits. To facilitate scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, ask for clarifications on offers. The request for such clarifications and bidder s response must necessarily be in writing. The Bank reserves its right to shortlist the bidders based on the above mentioned evaluation criteria after the opening of technical offer. The commercial offer of only the short listed bidders will be opened. 21. Price Comparison L1 bidder will be selected on the basis of the lowest Total cost of ownership (TCO) criteria in Annexure IX. 22. No Negotiation It is absolutely essential for the bidders to quote the lowest price at the time of making the offer in their own interest. No Bidder shall contact the Bank on any matter relating to its offer from the time of offer opening to the time the Contract is awarded. Any effort by a bidder to influence the Bank in its decision on offer evaluation, comparison or contract award decisions may result in the rejection of the Bidder s offer. HO/ ITD/148/ of 48

17 23. Short-listing of Bidders Dena Bank will prepare a short-list of technically qualifying bidders and the commercial offers of only these bidders will be opened at the time of opening of commercial offer. Dena Bank will evaluate and compare the offers based on the criteria mentioned in Para 20 of this document. The technical and commercial offers of the bidders who have participated in the tendering process would be in possession of the Bank and would not be returned to them. 24. Right to Alter Quantities Dena Bank reserves the right to issue Purchase Order in phases for additional new or existing branches /offices Dena Bank also reserves the right to delete one or more items from the list of items specified in offer. HO/ ITD/148/ of 48

18 Qualification Criteria 1. Eligibility Criteria Only those bidders who fulfill the following criteria are eligible to respond to the RFP. Offers received from the bidders who do not fulfill all or any of the following eligibility criteria are liable to be rejected. The bank reserves the right to interpret the documents / proof of eligibility submitted by the bidders and may choose to accept / reject the proof of eligibility or may also call for further clarification with respect to any documents submitted by the bidder. The experience and expertise of the bidder, field record of satisfactory services, and Bidder s compliance with all these requirements must be substantiated with credible documentary proof such as customer Purchase Orders with dates and audited balance sheet for the last year. S. No. Clause Documents Required 1. The bidder should be registered as a company in India as per Company Act 1956 and should have been in operation for a period of at least 3 years as on date of RFP. Certificate of Incorporation Copy of the audited profit and 2. The Bidder/ Consortium should have a minimum annual loss account of the company turnover of `25 Crores in each of the last three financial showing turnover of the years. company for last three years. 3. The Bidder must be an ISO 9001 company or equivalent. PO copies to be submitted The bidder should not be currently blacklisted by any Central/State Govt. depts./public Sector Banks / Financial Institutions in India. The bidder should submit a certificate from Company Secretary / External Auditor to this effect. The bidder should have support centers at at least 100 locations across India. The Bidder should have been licensed by Govt. of India (DOT) for Extended C Band VSAT Operations. Copy of the valid license / Registration certificate to be enclosed. The Bidder should submit a certificate from Company Secretary / External Auditor to this effect. List of support centers Licenses copy to enclosed The bidder should be in the line of supply and commissioning of the VSATs or an authorized channel partner for the above equipment during the last 3 years and should have executed contracts for supply, installation, integration and maintenance of above equipment for at least 3 scheduled Commercial banks during the last three years. The bidder should be operating through their own HUB located in India 9. Consortium is permitted of maximum of 2 members; one of them should be Bandwidth provider. Copies of Major Contracts executed should be enclosed. Self-declaration to be submitted. Memorandum of Understanding (MOU) for the project to be submitted. HO/ ITD/148/ of 48

19 2. Quality Standards Dena Bank is looking for well-proven branded products. All products quoted should be associated with specific model numbers and names and with printed literature describing configuration and functionality. 3. Manufacturer s Authorization form Bidders, other than the manufacturers must submit a letter of authority from their manufacturers that they have been authorized to quote on behalf of the manufacturer as per Annexure IV. Terms and Conditions of the Offer 1. Technical Inspection and Performance Evaluation Dena Bank reserves its right to carry out a technical inspection and performance evaluation (benchmarking) of the services offered by short-listed bidders. 2. Payment Terms Dena Bank will make payment (after deducting applicable penalty if any) for the commissioning, maintenance and tariff and for support services as given hereunder. During the contract period bank will not make any payment to the bidder other than for those items/services that are covered under the commercial quote given by the bidder. If Site is not ready, Bank will make the payment for delivered material after 30 days from the delivery date. Quarterly payment for the previous quarter will be made in arrear based on the invoice and NMS reports submitted towards links commissioned/maintained at our locations during the previous quarter. At the time of commissioning of links, the provider has to arrange for Commissioning report containing the full details of the links commissioned which will be prepared /signed by the provider and validated by Bank/Network integrator of Bank. The payment will be considered for the links commissioned links based on these reports. Penalties for delayed commissioning of links and downtime penalties, if any, shall be calculated for every month and recovered from payments to be made at the end of that quarter. The installation will be deemed as incomplete if any component is not delivered or is delivered but not installed and/or not operational or not acceptable to Dena Bank after acceptance testing/examination. In such an event, the supply & installation will be termed as incomplete and it will not be accepted and warranty period will not commence. The installation will be accepted after complete commissioning and satisfactory working for a minimum period of 10 days. 3. Pre-dispatch Inspection Bidder shall inform its readiness for the factory inspection at least 15 days in advance. Bank reserves its right to carry out factory inspection of the equipment to be supplied to Banks at bidder s factory/site/center. There shall not be any additional charges for such inspection. However, Bank will have the discretion to recover the costs related to travel and stay of its staff/consultants from bidder if the equipment offered for inspection is not as per Bank s order or the bidder do not comply with the test and inspection procedures. Inspection procedure in detail shall be intimated to the bidders at the time of placing orders. HO/ ITD/148/ of 48

20 Should any inspected equipment fail to conform to the specifications, the purchaser may reject them and the supplier shall either replace the rejected goods or make all alterations necessary to meet specification requirements free of cost to the bank. The Banks right to inspect, test and where necessary, reject the equipment after its arrival at destination shall in no way be limited or waived by reason of the previously been inspected, tested and passed by the bank or its representative 4. Delivery, Installation, Commissioning, and Shifting The bidder MPLS Links shifting activity should be undertaken as per below schedule after receipt of PO. Sr No. Description Activity Completion Period 1 Deliver, Install and Commission of new VSATs Within 6 week time If the bidder fails to execute the activities within the stipulated time schedule or by the date extended by Dena Bank, it will be a breach of contract. In such case, Dena Bank may foreclose the bank guarantee after a notice for 30 days. In the event of Dena Bank agreeing to extend the date of delivery at the request of bidder, it is a condition precedent that the validity of Bank guarantee shall be extended by further period as required by Dena Bank before the expiry of the original bank guarantee. Failure to do so will be treated as breach of contract. In such an event Dena Bank reserves its right to foreclose the bank guarantee. At the discretion of Dena Bank, there will be an acceptance test conducted by the bidder in presence of Dena Bank officials and/or its nominated consultants after installation of complete equipment. In case of serious discrepancy in MPLS link & other equipment supplied, Dena Bank may cancel the entire purchase order and return them back to the bidder at bidder s costs and risks. The cancellation of the order would not be applicable to the MPLS link & other equipment supplied and already accepted by the Bank but it would be applicable to the MPLS link & equipment that are pending for acceptance. The Bank will not arrange for any Road Permits/Sales Tax clearance for delivery of hardware to different locations and the bidder will have to make own arrangements for taking delivery of hardware from the locations as per the list provided by the Bank along with the order. However bank will provide necessary help like declaration letter, arrangement of Sales Tax forms to be attested by the bank etc. In states where road permits are compulsory delivery, installation and commissioning should be completed within 7 weeks from receiving the purchase order and intimation from the Bank. This procurement will be under empanelment for a period of one year from first purchase order and bidder to supply the equipments on the same rate during the empanelment period. Quantities mentioned in the tender are estimated and may differ at the time of actual ordering. 5. Order Cancellation The Bank reserves its right to cancel the order after giving 30 days notice/cure period to rectify the default in the event of one or more of the following situations that are not occasioned due to reasons solely and directly attributable to the Bank alone HO/ ITD/148/ of 48

21 a. Delay in implementation as specified in the scope of this document beyond the specified period. b. In case the Service Level Agreement (SLA) is not executed within the stipulated period c. Serious discrepancy in the quality of service / hardware / software expected during the implementation, rollout and subsequent maintenance process. d. In the case of any violation of the terms of the RFP, Contract, Secrecy or persistent default in complying with the terms of Service Agreement e. At any stage, any representation or particulars furnished by bidder are found to be incorrect or false f. In the case the bidder change its constitution or amalgamate or merge with any other entity without the prior intimation to the Bank or such change being unacceptable to the Bank g. In the case any major shareholder or stakeholder are found to have been engaged in activities which are criminal in nature in their own country or any proceedings for declaring them as insolvent for winding up are pending or initiated. However the Bank s decision on the matter will be final and binding on the bidder. In addition to the cancellation of Purchase order, the Bank reserves the right to invoke the Bank Guarantee given by the bidder to recover the damages, or any consequential damages without prejudice to other rights of the Bank to recover the damages, liabilities or consequential damages. Upon cancellation of contract/completion of period of service, the bidder should handover the peaceful legal possession of all the assets provided as per the scope of the contract along with the licenses therewith and obtains discharge from the Bank. The Bank also reserves the right to assign or allot or award the contract to any third party upon cancellation. 6. Inter-working of Hardware and Software The bidder must integrate all the hardware components supplied by him to make the system integrated and fully functional including the third party systems as mentioned in the scope of work. It will be bidder s responsibility to locate the exact nature of the problem/fault(s) and rectify the same. Under no circumstances will a problem/fault be blamed on other entities without sufficient cause and justification. 7. Acceptance Tests At the discretion of bank, acceptance tests will be conducted by the bidder at the site in the presence of the officials of Dena Bank and/or its nominated consultants within three days after the installation of the equipment. The tests will check for trouble-free operation for seven consecutive days apart from physical verification and testing. There shall not be any additional charges payable by Dena Bank for carrying out this acceptance test. Dena Bank will take over the system on successful completion of the above acceptance test. An average availability of equipment (as prescribed in the document) for duration of test period shall be considered as satisfactory. In case the acceptance test is not completed within 10 days due to factors attributable to the Bank, it will be considered as Site not ready (SNR) case. Warranty will start from the 11 th day from the date of installation for all cases including SNR cases. HO/ ITD/148/ of 48

22 The acceptance tests shall be carried out broadly on guidelines given hereunder a. The delivered equipment should be as per the purchase order/agreement without deviation and should be installed as per specifications. b. The bidder must demonstrate the features specified in technical specifications. c. Successful live operation In the event of failure of the acceptance test, a period not exceeding two weeks will be given to rectify the defects and clear the acceptance tests, failing which the bank reserves the right to get the equipment replaced by the supplier at no extra cost to the purchaser. 8. Software Drivers & Manuals The equipment will have to be supplied with the complete documentation of hardware, all subsystems, operating systems, system software, software drivers and manuals as applicable which will help the Bank to take over the equipment to any service provider for daily operations management. The bidder shall supply operation and maintenance manuals together with drawings of equipment s and equipment s built. 9. Warranty The offer must include a five-year comprehensive on-site warranty for 24*7 supports for hardware from the date of installation and acceptance by the Bank. No parts, accessories of the systems including consumables should be excluded from such warranty The OEM or bidder may from time to time release Updates/Upgrades/New releases/new versions. The bidder must ensure that all such Updates/Upgrades/New releases/new versions and version migrations, as and when released during the term of warranty period should be notified to the Bank by bidder and should be made live on the equipment installed within 6 weeks during the term of the contract period at no additional cost or fees or expenses. The bidder shall be fully responsible for the manufacturer s warranty in respect of proper design, quality and workmanship of all hardware, equipment, accessories etc. covered by the agreement. The bidder must warrant all hardware, equipment, accessories, spare parts etc. against any manufacturing defects, mal-functioning or failure during the warranty period. During the warranty period, the bidder shall maintain the systems and repair/replace at the installed site all defective or failed components, at no additional charges to the Bank. Warranty should not become void, if Bank buys, any other supplemental hardware from a third party and installs it within these machines under intimation to the Bidder. However, the warranty will not apply to such supplemental hardware items installed. In the event of system breakdown or failures at any stage, protection available shall be specified this would include the diagnostics for identification, protection of data entered, Recovery / restart facilities and Back up facilities. The Bidder shall carry out Preventive Maintenance (PM) on yearly basis, including cleaning of interior and exterior, of all hardware and should maintain proper records at each site for such PM. Failure to carry out such PM will be a breach of warranty and the warranty period will be extended by the period of delay in PM and also the payment to be made for Warranty/ AMC would be deferred. HO/ ITD/148/ of 48

23 For implementing different versions of Application Software, if adjustments / change in the configuration are to be made in base memory the same should be carried out by the Bidder as a part of warranty. If the Operating System or additional copies of Operating System are required to be installed / reinstalled / de-installed, the same should be done as part of warranty. The Bidder shall ensure that the warranty complies with the agreed technical standards, security requirements, operating procedures, and recovery procedures For any delay in making available the replacement and repaired equipment for inspection, delivery of equipment or for commissioning of the systems or for acceptance tests / checks on per site basis, Bank reserves the right to charge a penalty. The bidder has to enter into direct arrangement with the OEM for fulfilling the obligation related to warranty/amc of the VSATs/network equipment. 10. Spare parts Bidder should also provide the list of parts of each component & unit price (inclusive of taxes) of the same. If during warranty and AMC period, in case of units gets damaged for the reasons not attributable to the bidder then Bank would procure for the spare part at the rate mentioned. If Bidder does not quote for a specific spare part then the value of the spare part would be considered as Zero Note: The prices quoted for parts covered in Table A Price Schedule will be considered for Spares pricing & need not be quoted in Table B Spare Part (Price schedule). The Parts not covered in any other tables of Price Schedule need to be quoted separately in Table C Spare Part (Price Schedule). 11. Penalties Penalty for delay in delivery (Commissioning, Upgradation and Shifting of links). If the bidder fails to commission, upgrade and shift the link within the specified limit; the bidder shall be liable for penalty of 2% VSAT cost per week. This penalty would not be applicable if the delay is due to factors attributable to the Bank. While calculating the penalty part of the week would be considered as entire week. Penalty for Downtime Availability is calculated as accessibility to the branch users for accessing any services including Finacle application etc. Problem in the hardware at Bank s locations would be excluded while calculating availability (downtime due to hardware supplied by the vendor including spare parts as a part of contract and downtime due to backhaul link commissioned by the bidder would not be excluded). Level of availability for a given location calculated on monthly basis Penalty Amount > 99.50% to 100% No penalty would be deducted > 97% to 99.50% 0.20% on total quarterly charges payable for that particular site for every hour. > 95% to 97 % 0.30% on total quarterly charges payable for that particular site for every hour. HO/ ITD/148/ of 48

Request for Proposal for. Supply, Installation & Maintenance of Backup Solution. Tender Ref: HO/ITD/865/2017 dated: 26/12/2017

Request for Proposal for. Supply, Installation & Maintenance of Backup Solution. Tender Ref: HO/ITD/865/2017 dated: 26/12/2017 Request for Proposal for Supply, Installation & Maintenance of Backup Solution Tender Ref: HO/ITD/865/2017 dated: 26/12/2017 Tender Ref: HO/ITD/865/2017 dated: 26/12/2017 Page - 1 Table of Contents 1.

More information

TENDER DOCUMENT. Tender Number: 04/ Date: Empanelment, Supply & Installation of Dot Matrix printers With Bottom Push Tractor

TENDER DOCUMENT. Tender Number: 04/ Date: Empanelment, Supply & Installation of Dot Matrix printers With Bottom Push Tractor (A premier Public Sector Bank) Information Technology Division Head Office-Mangalore. TENDER DOCUMENT Tender Number: 04/2016-17 Date: 13.06.2016 Empanelment, Supply & Installation of Dot Matrix printers

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

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR OFFICEs/BRANCHEs/ATMs UNDER REGIONAL OFFICE KOLKATA Rate Contract Period: 15.09.2018 to 14.09.2019

More information

CORPBANK SECURITIES LIMITED (Wholly owned subsidiary of Corporation Bank) Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai

CORPBANK SECURITIES LIMITED (Wholly owned subsidiary of Corporation Bank) Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai CORPBANK SECURITIES LIMITED (Wholly owned subsidiary of Corporation Bank) Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai 400 023 TENDER DOCUMENT Tender Reference Number:2/2015-16 Date:

More information

Tender Reference Number: 12/ Date:

Tender Reference Number: 12/ Date: (A premier Public Sector Bank) Information Technology Division Head Office, Mangalore. TENDER DOCUMENT Tender Reference Number: 12/2017-18 Date: 12.03.2018 For Supply & Installation of CISCO 1941 AX/K-9

More information

COMPUTER CENTRE PANJAB UNIVERSITY, CHANDIGARH. TENDER DOCUMENT FOR PURCHASE OF INTERNET BANDWIDTH

COMPUTER CENTRE PANJAB UNIVERSITY, CHANDIGARH. TENDER DOCUMENT FOR PURCHASE OF INTERNET BANDWIDTH COMPUTER CENTRE PANJAB UNIVERSITY, CHANDIGARH. (PHONE Nos. 0172-2534077) TENDER DOCUMENT FOR PURCHASE OF INTERNET BANDWIDTH TENDER NOTICE NO. : CC/PU/internet/2013/1 LAST DATE FOR RECEIPT OF TENDER DATE

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

E-Tender Document for Procurement of Internet Services for CERT-In

E-Tender Document for Procurement of Internet Services for CERT-In E-Tender No. 5(1)/2018-CERT-In Copy No. Government of India Ministry of Electronics & Information Technology Indian Computer Emergency Response Team (CERT -In) Electronics Niketan, 6, CGO complex, Lodhi

More information

(REACCREDITED BY NAAC IN GRADE A

(REACCREDITED BY NAAC IN GRADE A JAMIA HAMDARD (HAMDARD UNIVERSITY) (REACCREDITED BY NAAC IN GRADE A ) HAMDARD NAGAR, NEW DELHI-62 Phone: 91-011-26059688 (12 Lines): Telefax: 26059663 Ext. 5326 Website: www.jamiahamdard.edu (JH/PS/TENDER/20

More information

Tender Document. Internet Leased Bandwidth

Tender Document. Internet Leased Bandwidth SERI- BIOTECH RESEARCH LABORATORY CENTRAL SILK BOARD, MINISTRY OF TEXTILES, GOVERNMANET OF INDIA CSB CAMPUS, CARMELRAM POST, KODATHI BENGALURU-560035 Website: www.sbrl.res.in Tender Document For Internet

More information

TECHNICAL OFFER (ENVELOPE I)

TECHNICAL OFFER (ENVELOPE I) TECHNICAL OFFER (ENVELOPE I) SECTION - I SCOPE OF WORK Supply, Installation, Commissioning of approx. 20 Nos. of FRFC at different branches of Jharkhand Gramin Bank in 15 districts of Jharkhand State SECTION

More information

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR TENDER NOTICE FOR ANNUAL MAINTENANCE CONTRACT (AMC) FOR BIOMETRIC MACHINES For and on behalf of Vice Chancellor Islamic University of Science and Technology, Awantipora, sealed tenders affixed with revenue

More information

Tender for Supply and installation of Desktop Computers SECTION I

Tender for Supply and installation of Desktop Computers SECTION I ANNEXURE A NOTIFICATION PROFORMA HRO: IT: ON: 555: 2017-18 Dated: 24/12/2017 Tender for Supply and installation of Desktop Computers SECTION I 1.0 INSTRUCTIONS / GUIDELINES TO BIDDERS Tender Bidding Methodology:

More information

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries Bank of Baroda, Regional Office,Kolkata Metro Region 4 th Floor Plot No. 38/2, Block GN Sector

More information

Page 1 of 10. Allahabad Bank. RFP Ref. No: HO/DIT/NETWORK/REPLICATION/ /120 Dated

Page 1 of 10. Allahabad Bank. RFP Ref. No: HO/DIT/NETWORK/REPLICATION/ /120 Dated Addendum-II to RFP for Supply, Commissioning and Maintenance of Dedicated Point to Point Data Centre (DC) - Mumbai and Disaster Recovery Site (DRS)-Lucknow. Allahabad Bank RFP Ref. No: HO/DIT/NETWORK/REPLICATION/2018-19/120

More information

Request for Proposal for supply and installation of Data and Voice Network Cabling at Fort Office, Mumbai

Request for Proposal for supply and installation of Data and Voice Network Cabling at Fort Office, Mumbai Request for Proposal for supply and installation of Data and Voice Network Cabling at Fort Office, Mumbai Reference Number: HO/ITD/605/2015 Dated: 28/09/2015 Price of tender document: Rs 1000/- (Rupees

More information

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR.

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR. TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR. TRANSPORT COMMISSIONER, ORISSA 6 TH FLOOR, RAJASWA BHAWAN, CUTTACK. 1 TENDER CALL NOTICE NO- 14722 /T.C Dated-

More information

Uttar Bihar Gramin Bank

Uttar Bihar Gramin Bank Uttar Bihar Gramin Bank Head Office, Kalambagh Chowk, Muzaffarpur Tender Document for Supply, Installation and AMC Of Fire Extinguisher at Various Branches / Offices of UTTAR BIHAR GRAMIN BANK TENDER DOCUMENT

More information

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi - 110003 TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE

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

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016 ALLAHABAD BANK DEPARTMENT OF INFORMATION TECHNOLOGY ZONAL OFFICE, BHAGALPUR NOTICE INVITING TENDER FOR EMPANELMENT OF VENDORS FOR SUPPLY AND INSTALLATION OF BATTERIES FOR UPS IN BHAGALPUR ZONE (Ref No.

More information

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

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

More information

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi - 110003 TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE

More information

Details of the tender can be obtained from our website (www.statehealthsocietybihar.org).

Details of the tender can be obtained from our website (www.statehealthsocietybihar.org). 2 Govt. of Bihar Deptt. Of Health & Family Welfare State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14 fcgkj ljdkj lllllljdkj Tender Bid for Comprehensive Annual Maintenance Contract

More information

Tender for supply/upkeep & maintenance of firewall, switches and routers for High Commission of India. Tender Notice

Tender for supply/upkeep & maintenance of firewall, switches and routers for High Commission of India. Tender Notice High Commission of India Colombo *** 04/03/2013 Tender for supply/upkeep & maintenance of firewall, switches and routers for High Commission of India Tender Notice High Commission of India, Colombo invites

More information

ARYAVART GRAMIN BANK. Request for Proposal. For DUAL DISPLAY CURRENCY NOTE COUNTING MACHINES FLOOR TOP MODEL / DESK TOP MODEL

ARYAVART GRAMIN BANK. Request for Proposal. For DUAL DISPLAY CURRENCY NOTE COUNTING MACHINES FLOOR TOP MODEL / DESK TOP MODEL ARYAVART GRAMIN BANK Request for Proposal For DUAL DISPLAY CURRENCY NOTE COUNTING MACHINES FLOOR TOP MODEL / DESK TOP MODEL ARYAVART GRAMIN BANK HEAD OFFICE A-2/46, VIJAY KHAND, GOMTINAGER LUCKNOW 1 Procurement

More information

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO ADMINISTRATIVE OFFICE, BALAJI NAGAR, SIRIPURAM, VISAKHAPATNAM-530003. Phone: 0891-2747383, Fax: 2746061 E mail : cmgb.aovis@sbi.co.in NOTICE INVITING TENDER Ten No. TEN/004/UPS/AO State Bank of India invites

More information

Short Term E-tender Notice for Internet Lease Line

Short Term E-tender Notice for Internet Lease Line Price Rs. 1,000/- Short Term E-tender Notice for Internet Lease Line To Secretary, Board of School Education Haryana, Bhiwani - 127021 (Ph.: 01664-243336 FAX : 01664-241611) Page 1 of 11 NOTICE INVITING

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR 2KVA UPS Ref: ICSI/PC-2017/RFQ-2706 Date: March 22, 2018 Sealed Quotations are invited for Supply of 2KVA UPS (Microtek/Luminous/APC/Emerson brand)

More information

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018 Price Rs. 5000/- Number : 30060/CCTV/Secy-1 Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018 To, The Secretary,

More information

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING.

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING. TENDER FOR Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus in the Department of COMMPUTER SCIENCE & ENGINEERING. BIT MESRA, Ranchi Tender No.: IW/000074 Tender date: 07 th

More information

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec Price Rs.5000/- No. CCTV/2017 Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2017. To Secretary, Board of School

More information

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

More information

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

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

More information

Tender for the purchase of Biometric Equipments in CSE Department

Tender for the purchase of Biometric Equipments in CSE Department Tender for the purchase of Biometric Equipments in CSE Department Table of Contents I. Invitation for Bid II. Procedure for submission of Bid i. Technical Bid format ii. Commercial/ Financial Bid format

More information

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE 411007 फ नन.(020)25608242/25608159 फ क सन.(020)25608100 ----------------------------------------------------------------------------------------------

More information

To 20/05/2015. Sub: Inviting the quotations for providing 10 Mbps Enterprise Internet Leased Line

To 20/05/2015. Sub: Inviting the quotations for providing 10 Mbps Enterprise Internet Leased Line To 20/05/2015 All Concerned New Delhi Sub: Inviting the quotations for providing 10 Mbps Enterprise Internet Leased Line (1:1 uncompressed and unshared with last mile on RF) at PFRDA Sealed Bids are invited

More information

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013.

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013. Date: - 22/10/2013 CORRIGENDUM Tender For Self-Inflating Bag NIT Issue Date : September 09, 2013. Pre Bid Meeting held on : September 20, 2013 at 3:00 PM Initial Date of Submission : October 04, 2013 at

More information

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR Post Box No. 81, Telengkhedi Road, Civil Lines, Nagpur. ************************************************************************************

More information

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:- TENDER DOCUMENT FOR Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of Domestic and International Air Tickets Name of the Agency:- Address:-... Contact Person: Phone/ Mobile: E-mail Id: LAST

More information

Baroda Rajasthan Kshetriya Gramin Bank (Head Office : Ajmer)

Baroda Rajasthan Kshetriya Gramin Bank (Head Office : Ajmer) Baroda Rajasthan Kshetriya Gramin Bank (Head Office : Ajmer) NOTICE INVITING TENDERS FOR SUPPLY OF MULTI FUNCTION LASER PRINTERS LAST DATE- 09.05.2018 (3.00PM) 18 th April 2018 RFP Reference: BRKGB:HO:IT:2018-19:001

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

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR OPENSTAGE PHONE MODEL 40T AND 15T LAVA WITH CONNECTING CORD & WITHOUT LICENSE (HSN CODE 85177090) Ref: ICSI/PC-2017/RFQ-2708 Date: March 27, 2018

More information

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For Price Rs.5000/- No. CCTV/BSEH/18/01 Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2018 To Secretary, Board of School Education Haryana,

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

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

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

More information

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER ISO 9001:2008 TENDER FOR SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER Tender Inquiry No. NSIC/BGM/01/2013-14 THE NSIC Ltd., B.O. BELGAUM (A Government of India Enterprise) BSSIA Building, Plot

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida - 201309 QUOTATION FOR RATE CONTRACT FOR SUPPLY OF PLAIN PHOTO COPY PAPER FOR SIX MONTHS Ref: ICSI/PC-2017/RFQ-2697 Date: January 11, 2018 Sealed Quotations are invited

More information

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR - 440 001 ************************************************************************************

More information

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY F.No.BT/A.18/002/2016 Government of India (Admin Section) Block No.2 and 3 Lodhi Road, CGO Complex, New Delhi - 110003 TENDER DOCUMENT for TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF

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

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

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

More information

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS Software Technology Parks of India (Department of Electronics & Information Technology, Ministry of Communications & Information Technology, Govt. of India) Ganga Software Technology Complex, Sector-29,

More information

No. D-19016/20/2008-Gen. I Government of India Planning Commission General Branch-I. Yojana Bhavan, New Delhi Dated :

No. D-19016/20/2008-Gen. I Government of India Planning Commission General Branch-I. Yojana Bhavan, New Delhi Dated : No. D-19016/20/2008-Gen. I Government of India Planning Commission General Branch-I TENDER NOTICE Yojana Bhavan, New Delhi Dated : 9.7.09. Planning Commission invites sealed quotations for AMC of UPS system

More information

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai ANNEXURE - A Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai-400 051 EMPANELMENT OF -5- OFF SET PRINTERS Bank of Baroda, Baroda Sun Tower, Mumbai invites

More information

TENDER FOR. Rate contract for Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 25th July, 2018

TENDER FOR. Rate contract for Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 25th July, 2018 TENDER FOR Rate contract for Supply and Installation of Furnitures at BIT MESRA, Ranchi Tender No.: RC/Fur Tender date: 25th July, 2018 Last Date of submission: 23 rd Aug, 2018 Birla Institute of Technology,

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

NOTICE FOR INVITING TENDERS FOR HIRING OF VEHICLES IN CUSTOMS, CENTRAL EXCISE & SERVICE TAX, WARDHA COMMISSIONERATE, NAGPUR FOR THE YEAR

NOTICE FOR INVITING TENDERS FOR HIRING OF VEHICLES IN CUSTOMS, CENTRAL EXCISE & SERVICE TAX, WARDHA COMMISSIONERATE, NAGPUR FOR THE YEAR OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, WARDHA COMMISSIONERATE CAMP AT UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR - 440 001 ******************************************************************************

More information

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

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

More information

OFFICE OF THE COMMISSIONER CUSTOMS, CENTRAL EXCISE & SERVICE TAX, AUDIT-1 COMMISSIONERATE, NAGPUR

OFFICE OF THE COMMISSIONER CUSTOMS, CENTRAL EXCISE & SERVICE TAX, AUDIT-1 COMMISSIONERATE, NAGPUR Vehicle Tender Audit I Commissionerate 1 of 7 OFFICE OF THE COMMISSIONER CUSTOMS, CENTRAL EXCISE & SERVICE TAX, AUDIT-1 COMMISSIONERATE, NAGPUR Post Box No. 81, Telengkhedi Road, Civil Lines, Nagpur. ************************************************************************************

More information

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents) कककककककक ककककक कककक कककक ककककककक, कककककक EMPLOYEES STATE INSURANCE CORPORATION HOSPITAL, PEENYA (कककक ककक कककककक कककककककक, कककक ककककक कक कककक) (Under the Ministry of Labour & Employment, Govt. of India)

More information

Sub: e-enquiry for Supply, installation, configuring and commissioning of the 5 nos. of HDD of 300 GB for SAN Storage at SLDC Kalwa.

Sub: e-enquiry for Supply, installation, configuring and commissioning of the 5 nos. of HDD of 300 GB for SAN Storage at SLDC Kalwa. MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. CIN NO. U40109MH2005SGC153646 Office of The Chief Engineer Maharashtra State Load Dispatch Center, Thane-Belapur Road, P.O. Airoli, Navi Mumbai Pin 400

More information

Quotation for Renewal of TrendMicro Officescan Antivirus Licenses

Quotation for Renewal of TrendMicro Officescan Antivirus Licenses Quotation for Renewal of TrendMicro Officescan Antivirus Licenses Ref: LICHFL/CO/IT/2018-19/T-004 Closed quotations are invited for Renewal of TrendMicro Officescan Antivirus Licenses. The winning bidders

More information

NOTICE FOR EMPANELMENT OF AIR/ TRAIN TICKETING AGENCIES

NOTICE FOR EMPANELMENT OF AIR/ TRAIN TICKETING AGENCIES Guwahati Divisional Office, OS Deptt: 4th Floor, Jeevan Prakash Bldg., S S Road, Fancy Bazar, Guwahati--781001 Ph: 0361-2604806; mail : os.guwahati@licindia.com NOTICE FOR EMPANELMENT OF AIR/ TRAIN TICKETING

More information

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES FOR SALARY ACCOUNT HOLDERS OF STATE BANK OF INDIA EOI REFERENCE NO. SBI/PB/G&ITU/2018-19/185

More information

Ref. No.NOGA/DIV/ 2015/ Date: - 26/05/2015 E-TENDER NOTICE. Sub: Tender for supply of Pineapple Fruits

Ref. No.NOGA/DIV/ 2015/ Date: - 26/05/2015 E-TENDER NOTICE. Sub: Tender for supply of Pineapple Fruits Ref. No.NOGA/DIV/ 2015/ Date: - 26/05/2015 To, Dear Sir, E-TENDER NOTICE Sub: Tender for supply of Pineapple Fruits Online Digitally signed tenders are invited from the traders for supply of PINEAPPLE

More information

SCHEDULE OF TERMS & CONDITIONS. Sub : Procurement of Ice Flaking Machine. Schedule Of Requirements

SCHEDULE OF TERMS & CONDITIONS. Sub : Procurement of Ice Flaking Machine. Schedule Of Requirements TENDER DOCUMENT PONDICHERRY UNIVERSITY ( A Central University ) Centre for Bioinformatics PUDUCHERRY 605014 SCHEDULE OF TERMS & CONDITIONS Sub : Procurement of Ice Flaking Machine Schedule Of Requirements

More information

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017 TENDER FOR Supply and Installation of Furnitures at BIT MESRA, Ranchi Tender No.: RC/Fur Tender date: 18th July, 2017 Last Date of submission: 3rd Aug, 2017 Birla Institute of Technology, Mesra Page 1

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

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

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

More information

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

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

More information

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

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA-700 054 E-TENDER NOTICE cum REVERSE AUCTION FOR TENDER NO.SBI/ZO/BID/RBO-VI/2017-18/ET-222

More information

NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE

NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE National Housing Bank, New Delhi intends to hire AC and Non A/C vehicles of the following models ( Maruti SX4/Maruti Swift Desire/ TATA Indigo / Innova/ Indica

More information

Approved Vendors List

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

More information

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI TENDER NOTICE FOR ANNUAL MAINTENANCE CONTRACT OF FIRE HYDRANT/SPRINKLER SYSTEM INSTALLED AT BARODA CORPORATE CENTRE, MUMBAI NAME OF WORK: Bank of Baroda invites

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida - 201309 QUOTATION FOR RATE CONTRACT FOR SUPPLY OF SUTLI (made of Jute) FOR TWO YEARS Ref: ICSI/PC-2018/RFQ-2723 Date: December 26, 2018 Sealed Quotations are invited

More information

NATIONAL UNIVERSITY OF EDUCATIONAL PLANNING AND ADMINISTRATION 17-B,

NATIONAL UNIVERSITY OF EDUCATIONAL PLANNING AND ADMINISTRATION 17-B, NATIONAL UNIVERSITY OF EDUCATIONAL PLANNING AND ADMINISTRATION 17-B, Sri Aurobindo Marg, New Delhi 110016 Tel. 26962120, 26962126 Fax: 26853041, 26865180 Website: www.nuepa.org TENDER NOTICE F. No. 37-8/2014-15/GA

More information

at 13:30 hrs

at 13:30 hrs HINDUSTAN AERONAUTICS LIMITED AEROSPACE DIVISION, BANGALORE COMPLEX PB No 7502, NEW THIPPASANDRA POST BANGALORE-560075 E-Mail : maint.aerospace@hal-india.com Web : www.hal-india.com Phone: 0091-080-22315550/551/556

More information

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax: STATE BANK OF INDIA ATM Operations Department Local Head Office (First Floor) Bank Street, KOTI, Hyderabad 500 095 Phone : 040-23466621 Fax: 040-24762476 Tender Document No: ATM/01/2015-16 Dated: 23.09.2015

More information

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE:

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE: SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL 700001 TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/2016-17/ET-46&49 dtd 05/5 2017 DATE:11-05-2017 OF INTERIOR FURNISHING

More information

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018 EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018 Expression of Interest (EoI) for selection of Technology Partner for Installation and Commissioning of Security and Surveillance System Telecommunications

More information

RFP : Pre-bid reply

RFP : Pre-bid reply Sr no Pag e # Point / Section # Main Section name 1 6 1 Invitation for Tender offers 2 9 2.6 Soft Copy of Tender document Clarification point as stated in tender document Bidders must purchase tender document

More information

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: , Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) 342003 Tel: 0291-2659611, 2659646 e-mail: jodhpur.god@bankofindia.co.in स दर भ स ख य : ZO/GOD/SKG/701 ददन क : 12.02.2018 WEBSITE ADVERTISEMENT

More information

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /LIFT-

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /LIFT- SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL 700001 TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/2016-17/LIFT- DATE:11-05-2017 OF LIFT INSTALLATION AT GROUND FLOOR

More information

UNIVERSITY OF ALLAHABAD

UNIVERSITY OF ALLAHABAD UNIVERSITY OF ALLAHABAD To, --------------------------------- -------------------------------- ------------------------------- No. UE/156/17 Dated01.03.2017 Subject NOTICE INVITING LIMITED TENDER FOR AMC

More information

Limited Tender. Annexure A

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

More information

Tender for. Supply and Installation of DNA/RNA Fragment Analyzer System

Tender for. Supply and Installation of DNA/RNA Fragment Analyzer System Tender for Supply and Installation of DNA/RNA Fragment Analyzer System Tender No. CNS/IISC/JTTO/Fragment Analyzer/06/2018 Centre for Neuroscience Indian Institute of Science Bangalore 560012 November 2018

More information

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/SnTC/2017-18/EoI/BSNL-Wifi v1 dated September 28, 2017 Expression Of Interest (EoI) For Supply, installation, commissioning, operation and Maintenance of 25000 Public Wi-Fi Hotspots

More information

NOTICE INVITING TENDER FOR PURCHASE OF 5 KVA UPS SYSTEMS FOR OUR BRANCHES (TELANGANA ZONE)

NOTICE INVITING TENDER FOR PURCHASE OF 5 KVA UPS SYSTEMS FOR OUR BRANCHES (TELANGANA ZONE) Telangana Zone Information Technology Department A.C.Guards, P.T.I. Building, Hyderabad 500004, Andhra Pradesh Ph: 040-23392027 Website: www.bankofindia.co.in Ref: TEL/ZO/IT/CMR/2016-17/53 Date: 17 th

More information

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval Price Rs.2000/- Tender No. TD/SAB/SECRECY/BSEH/2018-2020 Board of School Education Haryana, Bhiwani BID DOCUMENT Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism

More information

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /- E S I C Hospital EMPLOYEES STATE INSURANCE CORPORATION - 627 003 Vannarpettai, Tirunelveli, Tamil Nadu - 627 003 Email :ms-tirunelveli@esic.in : 0462-2502199 Fax: 0462-2502399 Website : www.esic.nic.in

More information

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

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

More information

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES.

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES. TECHNICAL CELL, EPC SECTION, G A WING, CANARA BANK, HEAD OFFICE, 3rd Floor, Dwarakanath Bhavan, NO.29 K R Road, Basavanagudi, BANGALORE 560 004. Tel Ph: Direct: 080-26621873 / 74 NOTICE FOR EMPANELMENT

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

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise Name of Work: Tender Ref.No: NNTPP/ Civil/PTE/ T.No: 014/2017. Dt: 12.07.2017 एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

More information

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

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/OPN/1/TEN-02/2017 Date: 22.06.2017 Sub: Invitation of sealed quotation for Procurement of Plastic Chairs.

More information

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI 110 003 Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE Ref: ICSI/Noida: 2016-17 (DM) Date: January 24, 2017 Sealed Quotations are

More information

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences Ref: LIC/CO/IT-BPR/Oracle/Weblogic/Licences/ATS/2017-18 dated 24/03/2017 Life Insurance Corporation

More information