TENDER FOR THE WORK OF :- Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS.

Size: px
Start display at page:

Download "TENDER FOR THE WORK OF :- Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS."

Transcription

1 Gujarat State Electricity Corporation Limited. WANAKBORI THERMAL POWER STATION DISTRICT KHEDA, GUJARAT TENDER NOTICE NO. 483/12/W TECHNICAL BID RFQ NO TENDER FOR THE WORK OF :- Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS

2 Gujarat State Electricity Corporation Limited. WANAKBORI THERMAL POWER STATION DISTRICT KHEDA, GUJARAT Name of work: - Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS. INDEX SECTION-A Tender Notice Acknowledgement of Tender Fee SECTION-B General Instructions to the Bidder Project Synopsis PRE-Qualification Criteria Work and site condition Scope of work SECTION-C General condition of contract SECTION-D Additional terms & conditions Special Condition Bank Details Circular-I Safety rules Certificate-A Integrity Pact. SECTION-E Tender and Contract for works & Condition of Contract SECTION-F Detailed Technical Specification Schedule-A & B - 2 -

3 SECTION-A Contents: Tender Notice.... Acknowledgement of Tender fee

4 WANAKBORI THERMAL POWER STATION, TAL.THASRA, DIST.KHEDA FAX NO. : ceg.wtps@gebmail.com PHONE NO. : Tender Notice No: 483/12/W FOR WORKS Sealed percentage rate tenders are invited in two separate sealed covers (Super scribed technical bid and price bid) for the work of Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS from Registered Contractors in E2 class and above with GSECL / GETCO / DISCOM / Central / State Government / Railway/Semi. Govt. and who has executed works of similar nature and magnitude as per pre qualification criteria of work successfully. Tenderer should down load the tender documents from the website and submit the same as per instruction therein by RPAD only. RFQ No. Name of Work Estimated Cost Rs. Time Limit Tender Fee Rs. E.M.D. Rs Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS 1,96,849=90 4 Months Last date of submission of tender (technical and price bid) up to Hrs. Date of Opening of technical bid. (in presence of willing bidders) at Hrs. : Date of opening of Price bid. (in presence of qualified bidders) : Validity of tender from the date of opening of technical bid 180 days Will be informed afterwards. No tenders shall be accepted / opened in any case received after due date and time of receipt of tender, irrespective of delay due to postal services or any other reasons and the GSECL shall not assume any responsibility for late receipt of tender. The tenders are to be submitted by the intending bidders in two separate sealed and super scribed envelopes as listed below: Envelope No.1: Technical bid and Pre Qualification bid data, details specification. Envelope No.2: Price Bid. It is necessary to specify the name of the work on closed cover while bidding the tender. Required details of work are given in tender documents. The Earnest Money Deposit will be accepted by Demand draft in favor of GUJARAT STATE ELECTRICITY CORPORATION LTD., payable at Dena bank Wanakbori TPS or by Bank Guarantee issued by following banks will only be accepted. (1) ALL NATIONALIZED BANK Including Public Sector Bank IDBI Ltd. (2) PRIVATE BANKS WHICH ARE (a) AXIS BANK ( b ) HDFC BANK (c ) ICICI BANK

5 THE BANK GUARANTEE WILL BE ACCEPTED.OF OTHER BANKS AS LISTED BELOW. (A) Commercial Bank- KOTAK MAHINDRA BANK, YES BANK, INDUSIND BANK (B) Regional Rural Banks of Gujarat - SAURASTRA GRAMIN BANK, BARODA GUJARAT GRAMIN BANK, DENA GUJARAT GRAMIN BANK,) (C) Co Operative banks of Gujarat - THE KALUPUR COMMERCIAL CO- OPRATIVE BANK LTD, RAJKOT NAGARIK SAHAKARI BANK LTD, THE AHMEDABAD MERCANTILE CO-OPERATIVE BANK LTD, THE MEHSANA URBAN CO-OPERATIVE BANK LTD. The tender will be opened in the presence of contractors who wish to remain present at the time of opening. The Chief Engineer reserves the right to reject any or all tenders without assigning any reasons there of. Any clarification regarding the tender shall be obtained before opening of the tender. N. B. (1) Tender will be accepted only by RPAD. (2) Each tender should be posted separately. (3) Tendered should quote the reference of payment of EMD i.e. DD No. Date. Tendered should also certify as unconditional tender on tender cover it self. The tender without payment of EMD will not be opened or considered. (4) Tender Fee will be accepted by DD only in favor of GUJARAT STATE ELECTRICITY CORPORATION LTD., payable at Dena bank, Wanakbori TPS & EMD will be accepted by DD in favor of GUJARAT STATE ELECTRICITY CORPORATION LTD., payable at Dena bank, Wanakbori TPS or by Bank guarantee issued by banks mentioned above. (5). Tenderers shall note that they possess E.P.F. code no. (under employee provident fund organization Regional office Ahmedabad directive), Obtained from the concerned authorities of their respective Jurisdictions. In the event of non possessing of the separate P. F. code No. as detailed in the forgoing Para the offer shall summarily not be considered for the acceptance despite the offer being the lowest quoted offer in the price bid opening. Tender fee will be accepted only by Demand Draft on any nationalized bank/scheduled bank, drawn in favor of GUJARAT STATE ELECTRICITY CORPORATION LTD payable at Dena Bank, Wanakbori T.P.S. Tender without EMD and tender fee shall be rejected. Two separate Demand Drafts for tender fee and EMD should be submitted. SIGN OF CONTRACTOR Chief Engineer (C & O) GSECL WTPS - 5 -

6 GUJARAT STATE ELECTRICITY CORPORATION LTD. WANAKBORI THERMAL POWER STATION, TAL.THASRA, DIST.KHEDA FAX NO. : ceg.wtps@gebmail.com PHONE NO. : SECTION-A ACKNOWLEDGMENT. Name of work: : Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS. TENDER FEE PAID VIDE DEMAND DRAFT NO. DATE RS. EARNEST MONEY DEPOSIT PAID VIDE D.D. NO. DATED RS.. NOTE: THE UNDER SIGNED RESERVES THE RIGHT TO REJECT ANY OR ALL TENDERS WITHOUT ASSIGNING ANY REASONS THEREOF. THE E.M.D. WILL BE ACCEPTED BY D.D. IN FAVOUR OF 'GUJARAT STATE ELECTRICITY CORPORATION LTD., PAYABLE AT DENA BANK WANAKBORI BRANCH OR BANK GUARANTEE ISSUED BY FOLLOWING BANKS WILL BE ACCEPTED (1) ALL NATIONALIZED BANK Including Public Sector Bank IDBI Ltd. (2) PRIVATE BANKS WHICH ARE (a) AXIS BANK ( b ) HDFC BANK (c ) ICICI BANK. THE BANK GUARANTEE WILL BE ACCEPTED.OF OTHER BANKS AS LISTED BELOW. (A) Commercial Bank- KOTAK MAHINDRA BANK, YES BANK, INDUSIND BANK (B) Regional Rural Banks of Gujarat - SAURASTRA GRAMIN BANK, BARODA GUJARAT GRAMIN BANK, DENA GUJARAT GRAMIN BANK,) (C) Co Operative banks of Gujarat - THE KALUPUR COMMERCIAL CO-OPRATIVE BANK LTD, RAJKOT NAGARIK SAHAKARI BANK LTD, THE AHMEDABAD MERCANTILE CO-OPERATIVE BANK LTD, THE MEHSANA URBAN CO-OPERATIVE BANK LTD. SIGN OF CONTRACTOR Chief Engineer (C & O) GSECL WTPS - 6 -

7 SECTION-B Contents: GENERAL INSTRUCTIONS TO THE BIDDER PROJECT SYNOPSIS PRE- QUALIFICATION CRITERIA WORK AND SITE CONDITIONS SCOPE OF WORK - 7 -

8 GENERAL INSTRUCTIONS TO THE BIDDERS Contents: 1. INTRODUCTORY 2. SCOPE OF WORK IN BRIEF 3. QUALITY OF WORK 4. TIME LIMIT OF WORK 5. BIDDER S ELIGIBILITY 6. METHOD OF APPLYING 7. TENDER VALIDITY PERIOD 8. SINGLE STAGE:- TWO COVER BID SYSTEM 9. REGULARITIES IN BID QUOTING 10. ACCEPTANCE OR REJECTION OF BID 11. BIDDER TO STUDY, ANALYSE & CONSIDER 12. CONTRACT AGGREMENT ON ACCEPTANCE 13. MATTERS RELATED TO EXECUTION OF WORK 14. INPUTS BY GSECL 15. PAYMENT OF WORK DONE 16. RECOVERIES 17. MISCELLANEOUS - 8 -

9 1.0 INTRODUCTORY: Gujarat State Electricity Corporation Limited. WANAKBORI THERMAL POWER STATION GENERAL INSTRUCTIONS TO THE BIDDERS a) Sealed percentage rate tenders are hereby invited for Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS for Gujarat State Electricity Corporation Ltd. b) Bids are invited under a Single Stage - Two cover bid system which includes the process of post-qualification of the bidders. Bidders are to submit two sealed covers / envelopes simultaneously (1) Technical bid and (2) Price bid. The technical bid shall contain: The EMD and Tender fee for the work, Bidder's data on his technical and financial strengths, Experience profile, Work methods, approach, construction programmed etc. to meet with Prequalification criteria and The price bid shall contain the price proposal. c) The Technical bid proposal will be opened first to evaluate the data and information for Pre- qualification. The bidders who are found fit to qualify will be invited for opening of the price bid. d) The GSECL as an owner reserves its absolute and unchallengeable right to qualify or disqualify one or all bidders by following an objective and transparent system. e) GSECL reserves the right to split the work to one or more bidders considering the technical and financial capacity or reject any or all bidders without assigning any reasons. 2.0 SCOPE OF WORK IN BRIEF: The work shall be carried out according to the enclosed General Conditions, Technical Specifications and the working drawings etc. specified in tender document approved by the GSECL. 3.0 QUALITY OF WORK: The specifications are intended as a general description of quality envisaged for materials, workmanship and of the finished work; it is not intended to cover all the minute details. The work shall be executed in accordance with the best modern practice and to the complete satisfaction of the Owner. Special techniques approved by the owner shall be used if and where found necessary without any extra claim. These specifications shall have precedence if anything contrary to this is stated elsewhere in the Tender documents. The owner s decision shall be final and binding on the contractor on any issue arising out of such discrepancies. 4.0 TIME LIMIT OF WORK : Work under this contract shall be completed in all respect within 4 (four) Months from date of issue of letter of commencement 5.0 BIDDER S ELIGIBILITY: a) The bidders, who after studying to the pre- qualification criteria, feel that they will be qualified can participate in this Single Stage -Two cover bid system. The participating bidders shall be subjected to assessment of their - 9 -

10 technical and financial competence to carry out the work under this tender as per the PRE Qualification Criteria. The bidders qualified under this process will only become eligible for opening of their price bid. b) Bidders shall provide evidence of their continued eligibility to the satisfaction of the owner, as the owner shall reasonably request. c) Bidders shall not be listed under a declaration of ineligibility for corrupt or fraudulent Practices issued by the Govt., the list of black listed Contractors announced by GSECL (erstwhile GEB) Govt. of Gujarat or its Public Sector undertakings. Or the contractors who are under stop dealing d) The bid, and in case of a successful bid, the Form of Contract Agreement, shall be signed with the name of Firm / company which will be legally binding on all partners / parties. 6.0 METHOD OF APPLYING: a) If the application is made by an individual, it shall be signed by the individual above his full typed written name and current address. b) If the application is made by a proprietary firm. It shall be signed by the proprietor above his full typed written name and the full name of his firm with its current address. c) If the application is made by a partnership firm, it shall be signed by all the partners of the firm above their full type written names and current addresses or alternatively by partner holding power of attorney for the firm in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed, full names and current addresses of all the partners of the firm shall also accompany the application. d) If the application is made by a limited company or a Corporation, it shall be signed by the authorized person holding power of attorney for signing application in which case a certified copy of the power of attorney shall accompany the application. Such Limited company or Corporation may be required to furnish satisfactory evidence of its existence before the post qualification evaluation. They should also furnish Articles of Memorandum of Association. If the application is made by group of companies, it shall be signed by the authorized person. The authority letter shall be accompanied with the application. e) Contact person & signing authority Each tender shall contain the name, residence and place of business of person or persons dealing the tender and shall be signed by the Bidder with his usual signature. Tender by partnership firm shall furnish the full names of all partners. It shall be signed with the name of partnership firm by one of the members of the partnership or by an authorized representative followed by the name and designation of the person signing. Tenders by corporation shall be signed with the legal name of the Corporation followed by the name of the state of incorporation and by the signature and designation of the president, secretary or other person authorized to sign it in the matter with rubber seal of the Company. 7.0 TENDER VALIDITY PERIOD : Tender shall remain open for acceptance for a period of 180 days from the date of opening of Technical bid and during this period no bidder shall be allowed to withdraw his tender. Any such withdrawal during the said period will entail forfeiture of the earnest money deposit submitted along with the tender and the GSECL may take

11 further action like not dealing with such bidder in future tenders of GSECL or any company under GUVNL. 8.0 SINGLE STAGE:- TWO COVER BID SYSTEM : The tender must be submitted in one sealed main envelope clearly marked with the name of work Providing, fixing and repairing of G.I. pipe lines at colony quarters and public WTPS. [As and when required]they should be accompanied by a covering letter in which the bidder should give all information as called for and any other matter which they would like to be considered along with the tender. Price bid and technical bid shall be submitted in two separate covers duly sealed each one and written on top with price bid and technical bid respectively. This should be strictly followed. Both sealed envelopes i.e. price bid and technical bid shall be further put in single large duly sealed cover should mention with tender number and description of work. A) COVER No. 1: TECHNICAL BID shall contain : I. Demand Draft for EMD. II. Demand Draft for Tender fee. III. Attested copy of Registration Certificates under class E2 & above etc. as stated in tender notice. IV. Attested copy of document showing Provident Fund Number in Company s name obtained by the bidder. Attested copy of Company Registration or Partnership Deed V. Attested copy of Power of Attorney, if any for signing the bid documents. VI. Attested copy of Balance Sheet with Profit & Loss account of last 3 financial years duly audited by Chartered Accountant VII. Attested copy of latest Solvency Certificate issued by Nationalized bank or IDBI / ICICI / HDFC / AXIS bank and The Kalupur Commercial Co. Op. Bank Ltd. only. VIII. Attested copy of work experience certificate for the similar nature & magnitude of works executed as per qualification criteria. IX. List of works in progress. X. Details of equipment, tools & plants immediately available with the Bidder for use of this work. XI. Details of technical personnel. XII. Attested copy of service tax number. Explanation : Earnest Money Deposit (EMD) a. Bidders are requested to pay an earnest money deposit by demand draft only on any Nationalized Bank or IDBI / ICICI / HDFC / AXIS bank and The Kalupur Commercial Co. Op. Bank Ltd. only drawn in favor of Gujarat State Electricity Corporation Ltd. payable at Dena bank Wanakbori TPS for the amount as specified in the tender notice. Payment of EMD in form of Cheque shall not be accepted. b) The EMD shall be submitted along with submission of Technical bid only. In no case it shall be submitted with sealed cover of Price Bid. c) Tenders not accompanied by EMD shall be rejected as non- responsive d) lf during the tender validity period, i.e. 180 days from the date of opening of technical bid, the Bidder withdraws his tender then the EMD shall be forfeited and the Bidder may be disqualified from tendering for further works. The bidders requested to pay the tender fee amount by only a separate demand draft on any Nationalized or IDBI/ICICI/HDFC / AXIS bank and The Kalupur Commercial Co. Op. Bank Ltd. in favor of Gujarat State Electricity Corporation Ltd. payable at

12 Dena bank Wanakbori TPS Attested copy of Registration Certificates under class E2 & above & etc. as stated in tender notice, with the date & place of Registration shall be submitted as per qualification criteria. The bidder shall have a separate Employees Provident Fund Code issued by RPFC in the name of company. The bidder, who does not posses such separate P.F. code, shall not be considered for acceptance of tender. The contractor has to submit such certificate showing P.F. code along with the tender. An attested copy of the constitution of the firm with the name of proprietor or partners or directors, the place of business, it's authorized, subscribed & paid up capital & other relevant information shall be furnished. Attested copy of Balance Sheet with Profit & Loss account of last 3 financial years duly audited by Chartered Accountant shall be submitted. Each tender should be accompanied by a Solvency Certificate from a Nationalized Bank or IDBI/ICICI/HDFC/ AXIS bank and The Kalupur Commercial Co. Op. Bank Ltd. (situated in India) regarding the Bidders' financial stability to the extent of 20% of the estimated cost of the work tendered. Work Experience: Each Bidder shall also submit a Declaration to the effect that the Bidder has successfully carried out works of this nature and has adequate organization and experienced personnel to handle this type & magnitude of work. Attested copy of work experience certificate for the similar nature & magnitude of works executed shall be submitted as per post qualification criteria. Details of the other works tendered & on hand on date of submission of this tender. Details of equipment machineries, plant & tools, tackles immediately available with the Bidder for use of this work. The copy of service tax number shall be furnish B) COVER No. 2: PRICE BID This sealed cover shall be clearly marked Price Bid and shall contain tender documents with price quoted in word and in figure duly filled in Schedule B with sign & seal of the company. Percentage quoted shall include cost of all : i) Materials, wastage of material, Labour for all leads and lifts, Supervision, setting out works, Machinery and equipment with its mobilization / demobilization, transportation charges, Clearing of the site both prior to commencement and after completion of work. Consumables such as, but not limited to petrol, oil, diesel, lubricants, drill bits, pipes, ropes etc. Construction facilities such as scaffolding, tarpaulins, wind break, etc. Taxes, duties, royalties, Octroi, entry tax, works contracts tax, and any other levies payable on all transactions, etc. Overheads / profits of Contractor for due performance of the work under this contract. ii) All royalties, sales tax, toll tax, local tax, development charges, VAT tax and any other taxes including works contract tax etc., in respect of this contract and also any statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect. The rates will be "Excluding the service tax'. The reimbursement against Service tax" will be paid to the contractor as per Govt., rules & regulations. The proof of payment made by the contractor to the appropriate department shall be submitted to GSECL, failing which appropriate amount shall be

13 withheld on getting information/instruction from the concerned department. On award of contract, the contractor shall have to pay 1% welfare cess to the concerned department on estimated cost of the work; the proof of payment shall be submitted to GSECL for reimbursement. 9.0 REGULARITIES IN BID QUOTING : a) The percentage rates and price shall be written both in words, and figures and the units in words. The tender documents shall be written legibly and free from erasure, over writings or conversions of figures. Corrections unavoidable shall be made by crossing out, initialing, dating and rewriting. In case of any ambiguity or mistakes, the unit rates and prices written in words shall be considered as final. b) Bidders must submit the schedule of quantities and rates and other schedules duly signed as a token of having examined the same. Any tender not bearing signature of the bidder & with seal of company on all the documents accompanying the tender is liable to be rejected. The tenders by corporation shall be signed with legal name of the corporation followed by the name of the state of incorporation & by the signature & designation of the president, secretary or other person authorized to sign it in the matter with rubber seal of the company. c) Each tender shall contain the name, residence & place of business of person or persons dealing the tender & shall be signed by the tenderer with his usual signature with seal of the company. d) Submission of tender: The tender must reach the office of Chief Engineer(C&O)], GSECL, WANAKBORI TPS on or before due date and time of submission mentioned in tender notice. No tender shall be Accepted / opened in any case received after due date and time of receipt of tender, irrespective of delay due to postal services or any other reasons, and the GSECL shall not take any responsibility for late receipt of tender. Any tender received after the due date and time of submission shall not be considered. Any information, dossier or revised offer during or after the date of submission of tender shall not be accepted. The tender received after time & date specified in the tender notice will not be accepted. Once the offer is submitted by the tenderer before due date of submission, the tenderer shall not be allowed to submit revised / additional / modified offer even before due date and time of submission of tender. However if the date of issue and / or submission of tender are extended by the GSECL due to any reason the tenderer may submit, if he wishes, the revised / additional / modified offer before extended due date and time of submission., 10 ACCEPTANCE OR REJECTION OF BID iii) The GSECL reserves the right to accept any tender irrespective of whether it is lowest or not or to reject all the tenders without assigning any reasons thereof. Tenders departing from the stipulated technical specifications, commercial conditions or the method of bidding in a radical manner are liable to be rejected. iv) The bid is liable for rejection prima facie, if it is : Without payment of EMD / TENDER FEE. Not in the prescribed form. Not bearing signature of the bidder & seal of the company on all the documents accompanying the tender,

14 Not conforming to tender specifications or conditional one, Received after expiry of the due date and time. Received by telex or telegram or fax. Submitted by bidders who are listed under declaration of ineligibility for corrupt or fraudulent practices issued by the Government, the list of Black listed or under stop dealing contractors announced by GSECL Govt. of Gujarat or its Public sector undertaking. Tenders not fulfilling all the above conditions and those specified in the documents attached or incomplete in any respect are liable to rejection. c) The EMD will be returned promptly to the unsuccessful tenderer except that of L1, L2 & L3 till the successful contractor pays the Security Deposit as mentioned in tender document or after the expiry of the validity of the offer, which ever is earlier. The EMD will be returned to the successful tenderer after he furnishes the Security Deposit for the tender work and duly enters in to the contract. If he fails to furnish the SD or to execute the contract agreement for the work offered to him, his EMD shall be forfeited and the tenderer may be disqualified from tendering for further work. d) Effect and validity of Bid: The submission of bid with these documents and specification shall constitute on agreement that bidder shall have no cause of action or claim against the GSECL for rejection of his bid. The GSECL shall always be at liberty to reject or accept, split any bid or bids at its sole discretion and any action will not be called into question and the bidder shall have no claim in that regards against the GSECL. 11 BIDDER TO STUDY, ANALYSE & CONSIDER:.a) The information given in this specification is in good faith and meant to serve as a guide to the Bidder. It is, therefore, imperative that Bidder shall obtain and examine for himself all the data, information and particulars required for the satisfactory execution of the work under this tender. The submission of a bid by Bidder implies that he has fully read the specifications, bid drawings, Contract Document and General Conditions of Contract and has made himself aware of the scope and the specifications for the work to be performed and local conditions and other features which have a bearing on the cost and execution of the work. b) Inspection of site by bidder : Before submission of his bid, Bidder shall inspect the site, examine and obtain all information required and satisfy himself regarding matters such as : weather characteristics, Location of site and access, right of way, means of communication & mode of transport to site, The type and number of equipment and facilities required The quantity of various items of the work, The availability and rates of material, Labour condition, Local working conditions, obstructions and hindrances that may arise etc. Power house, which is under running conditions. Required GSECL s security checks. All materials brought to site only after making entries in security register as mention in schedule A, clause no-13. These factors are likely to affect the satisfactory completion of work and or cost thereof. The submission of a bid by the Bidder will be construed as evidence that such an examination was made and any later claims/ disputes in

15 regard to rates quoted shall not be entertained or considered by the GSECL. The site visit shall be done by the bidder on his own responsibility and all liabilities including cash, arising out of the site visit shall be at the bidder s account. d) Contractor s scope of work shall also include making all necessary arrangements for access to work sites, stores and site offices etc. from the nearest approach road to facilitate transportation of man power, machinery and equipment duly considering the existing site conditions. No extra claims / costs will be entertained by GSECL. e) The bidder shall carefully study the work to be carried out & consider all the factors & shall take into account & consider all the factors such as lead, lift, haulage of materials, sequence of construction, etc. & shall allow for all such information / data in the rates quoted. The GSECL will not pay any extra charges or rate for any reason in case the contractor claims, after acceptance of contract to have misjudged the site condition. Ignorance of the intents and contents of the specification document and site conditions shall not be accepted by the Owner as basis for any claims for compensation. f) The rates quoted by Bidder shall be based on his own knowledge and judgment of the conditions and hazards involved and shall not be based on any representations of the Engineer. No claim on this account shall be admitted by the GSECL. 11 CONTRACT AGGREMENT ON ACCEPTANCE : (a) (b) The successful contractor will have to sign an agreement as per the Gujarat State Electricity Corporation Ltd.'s rules on stamped paper and the necessary stamp duty charges shall be borne by the contractor. On acceptance of the tender the name (s) of the accredited representative (s) of the tenderer who would be responsible for taking instructions from the Engineers of the GSECL shall be communicated to Chief Engineer (C&O,) Gujarat State Electricity Corporation Limited. WANAKBORI THERMAL POWER STATION 13 MATTERS RELATED TO EXECUTION OF WORK : a) Work shall commence from the date given in letter to commence the work by EIC at site. The Contractor shall make all necessary arrangements at site to mobilize Labour, operators, divers and materials and maintain necessary number of machinery and equipment, barge, pontoons etc., to guarantee the agreed rate of progress of work as per schedule. b) A work schedule with PERT / Bar Chart for carrying out the work in prescribed time limit mentioning date of commencement, activity to be carried with its time period, starting & finishing event for each activity, completion of total project in critical path etc, shall be jointly fixed and approved by the GSECL. Such approved schedules must be strictly adhered by the Contractor. After the GSECL has agreed with the schedule, the Contractor shall prepare detailed program of each work front / activity breaking it down to daily quantifiable measure of progress. The schedules are to be reviewed periodically with the Owner / E.I.C to ensure that the completion date will be met or to institute corrective steps (at no extra cost to the GSECL) to adhere to the completion dates. The Owner reserves the right to revise the schedule at his discretion in order to keep up to the completion date and to suit the project requirement and such alterations shall not entitle the Contractor to any extra payment. c) The quantities in the attached Schedule-B are estimated quantities & may vary on execution up to any extent for individual items but over all shall remain within +/- 25% (Plus or Minus 25%) of the total contract value. The rates shall be firm for any such variations

16 d) The GSECL reserves the right to delete any item of schedule-b for which contractor shall not have any right to claim on this account. e) The contract or any part thereof shall not be subject to change without the written permission of the Chief Engineer (C&O) GSECL, WANAKBORI TPS or his authorized representatives. f) During the execution of the work if it is found that the work is not progressing as per the scheduled program approved by the GSECL & planned by the contractor, due to the reasons attributable to the contractor, suitable action shall be taken as per Clause No. 2, 3 & other relevant clauses appearing in the section of Terms & condition of tender & works contract Legal conditions of works contract of tender document. And the GSECL may also take such action as it may deem fit to ensure that the work is completed in time at Risk and Cost of the contractor. g) Contractor shall attend meetings at EIC s office at site or any other place as fixed by the EIC, as and when required for review, discussion, coordination etc. Attending these meetings shall be obligatory on the part of the Contractor, at no cost to the GSECL. h) The Contractor shall take all requisite & necessary care to observe that no damage is caused to the existing, pumps, existing works, service road, or any other structure etc. For any damage to the existing structures of the GSECL, the Contractor shall be held responsible and he will have to rectify the damage immediately up to the satisfaction of Engineer in Charge, at his own cost. i) The work shall be completed within the period stipulated in the contract. & site clearance arranged according to the progress of work at site. Therefore, the contractor has to organize & coordinate the work to suit these circumstantial conditions. In the event of any delay due to the above or due to any other reason not attributable to the contractor, reasonable extension in completing the work may be given at the discretion and as decided by the GSECL but no compensation or idle charges will be payable to the contractor on this account or any site conditions under any circumstances. j) No idle charges shall be entertained by GSECL for any site condition or any circumstances. 14 INPUTS BY GSECL :- a) The electric power connection for construction / work purpose shall be given at one mutually agreed point at work site free of cost by the GSECL. Further extension will have to be carried out by the contractor as per requirement at their cost. The necessary consumption charges will be recovered as per the tariff rate of GSECL from time to time as per GSECL s rules. b) If there are any surplus quarters available after meeting the requirement of GSECL s staff, then GSECL will consider allotment of quarters on rent as per GSECL s rule. d) The contractor will have to make their own arrangement of water for construction work as well as for their laborers at his own cost. If possible, water for construction purpose only at one point as decided by EIC and recovery for water charges shall be affected at the 2 % of the item of which water is used or by meter reading of water meter installed by contractor at prevailing rates of GSECL, for water supplied by GSECL is used as certified by EIC

17 15 PAYMENT OF WORK DONE: R.A. bill shall be presented by the contractor which will be subject to joint checking of measurements and fulfillment of statutory rules and regulations before release for payment. Payment shall be released on the availability of funds with the GSECL.. No interest charges or any other expenses due to delay in payment etc. will be given. 16 RECOVERIES: a) In case of any damage to equipment / machinery or structure / building of GSECL or any public property due to negligence of contractor or any other reasons attributed to contractor, the decision of E.I.C. regarding the amount of recovery shall be final. b) If the contractor fails to execute the work as per direction of E.I.C. within the time frame given, the GSECL shall get the work done through any other contractor at the risk and cost of the contractor and the cost of execution of such work along with 15% overhead charges shall be deducted from contractor s monthly bill over and above recovery as per rules. 17 MISCELLANEOUS: a) In case of conflict / discrepancies among clauses of different specifications given in this document, the stringent specification shall be followed and under such circumstances, the decision of the EIC shall be final and binding to the Contractor. b) The Notice inviting tender, general instruction to bidders and all other documents of this tender shall form part of the contract. Further information required, if any, can be had from the office of the Chief Engineer, GSECL, Wanakbori TPS. But it must be clearly noted that the tenders must be received complete in every respect by the due date and time. I / We accept the above conditions. Legible Signature of Contractor's Representative: Name of the person: Seal of the company Date & place: Chief Engineer ( C & O) GSECL WTPS

18 Project Synopsis and Data 1.0 Introduction: WANAKBORI T.P.S. is a coal based Power plant in Thasra Taluka Kheda District of Gujarat, India. 210 MW x 7 Units, i.e. Total 1470 MW Units are in operation at WANAKBORI T.P.S Purchaser : Gujarat State Electricity Corporation Ltd., Wanakbori TPS 3.0 Engineer : Chief Engineer (C&O) 4.0 Site of Project : Wanakbori Thermal Power Station, District Kheda, Gujarat (India) 5.0 Nearest town : Thasara (14 Kms.) 5.1 Nearest Railway Station : 1) Sevalia (8Kms.), Broad Gauge. 5.2 Nearest Port : 5.3 Nearest Air port : Vadodara (100 Kms.) 5.4 Access Road :Wanakbori TPS is connected by State Highway connects Sevalia to Balasinor. Approach to station site is available from Sevalia Village a fair weather road. All equipment and construction materials have to be transported by road only to site. 6.0 Site Elevation : Approx. 80 from MSL 7.0 METEOROLOGICAL DATA 7.1 Ambient Air temperature Highest monthly mean of daily max. temperature : 36 0 C Maximum dry bulb Temperature : 44 0 C Minimum dry bulb Temperature : C 7.2 Rainfall: Average annual rainfall : 800 mm One (1) hour : 75 mm Twenty four (24) hours : 470 mm 7.3 Wind velocity: Maximum wind Velocity experienced : 50 m/sec Wind direction : N, NE & SW 7.4 Relative Humidity

19 7.4.1 Annual mean humidity : 60% Maximum humidity : 95% Minimum humidity : 20% 7.5 Type of Atmosphere : Saline Corrosive-oxides of Sulphur and Chlorides present in the surrounding air stormy dust. 8.0 Design Data 8.1 Seismic Data : As per IS: (Latest issue) Zone : Zone V, Importance factor = Intensity : IX 8.2 Ambient temperature : 50 0 (unless specified otherwise) *****

20 Pre- Qualification Criteria INDEX Contents: I. EMD II. III. IV. TENDER FEE REGISTRATION AS APPROVED CONTRACTOR PROVIDENT FUND CODE V. BALANCE SHEET VI. VII. BANK SOLVENCY WORKS EXPERIENCE VIII. SERVICE TAX

21 WANAKBORI THERMAL POWER STATION Name of work: - : - Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS. PRE Qualification Criteria The tender documents are of two separate bids i.e. technical and price bids. You are requested to submit the technical bid with the following credentials for postqualification: 1. EMD: To pay EMD as described in the relevant Clause of "General instruction to the Bidders." 2. Tender Fee: Similarly the tender fee shall be accompanied in the form of DD as described in the relevant Clause of "General instruction to the Bidders." 3. A certificate of registration as approved contractor of concerned state Government / Railway / CPWD / Govt. bodies / GSECL. The bidder (s) who are registered Contractors in Class E2 or enlisted with or un enlisted contractor working with, erstwhile GEB/ GSECL / GETCO / DISCOM/ Central / State Government/ Semi. Govt and who have executed similar nature and magnitude of work successfully can submit the bid. Joint venture is not allowed to participate. 4. Separate provident fund code number towards registration of your firm with Regional P.F. Commissioner. 5. Balance sheets of the company showing profit and loss account statements of last three years. 6. Latest bank solvency certificate from any nationalized bank / IDBI/ICICI/HDFC / AXIS Bank and The Kalupur Commercial Co-Op. Bank Limited for a sum of minimum 20% of estimated cost of this wok, not more then 12 months old. 7. Work experience: The bidder shall be a well established Civil Engineering contractor to carryout such work The contractor shall have executed the similar nature of work as stated above with Govt./Semi Govt./GSECL/DISCOM/GETCO etc; along with documentary evidence preferably photo copies of the orders secured from above Govt. / Semi Govt. Department and satisfactory completion certificate from respective department thereof. The cost of respective works completed by the agency shall be suitably enhanced at 5% for each year to bring it at par with the present cost. Experience certificate of work executed with private firm shall not be accepted. 8 The copy of Service Tax The above documents will be analyzed and after satisfaction, the price bid will be opened. GSECL may verify the documents, experience certificates from authority who have issued such certificates / details

22 Gujarat State Electricity Corporation Limited. WANAKBORI THERMAL POWER STATION Name of work: Providing and fixing PVC Door for bath and W.C. in colony quarters at WTPS Work and site condition The Wanakbori TPS has 7 X 210 MW power generation running units with total 1470 MW capacity and one more unit is planned to be established with capacity 800 MW. All safety measures shall be taken by the contractor with his own cost. Chief Engineer ( C & O) GSECL WTPS

23 SCOPE OF WORK Gujarat State Electricity Corporation Limited. WANAKBORI THERMAL POWER STATION 1.0 SCOPE:- The Scope of work comprises of Providing and fixing PVC Door for bath And W.C. in colony quarters at WTPS 2.0 Schedule of Payment 2.1. Payment: Payment shall be made according to the items of schedule B & their specifications, terms and condition of contract. 3.0 TECHNICAL SERVICES The technical services of the Contractor shall generally include amongst other the following: (a) (b) Quality control and time schedule control of site work. All coordination relating to insurance & claim settlement as per General Conditions of Contract, construction planning and scheduling and all other services till handing over of the completed Project. 4.0 SPECIAL INSTRUCTION 4.1 The Contractor shall inspect the site and satisfy himself about the actual site conditions and collect all other information which is required by him before tendering for the work. 4.2 The Contractor shall make all arrangements to build his own stores (covered and uncovered, if necessary) for the proper storage of materials maintain the stores and all related documents and records, unloading, handling of the equipment and materials. All security arrangements shall also be made by the Contractor. 4.3 Scope of work covers the construction and demolition of Civil Engineering Components wherever required. Work shall be carried out as per specifications and drawings. 4.4 Work shall also include provision of the following: i) All enabling works including temporary drains, storage facility for other materials, survey work, workshop etc. which are required for efficient working and timely completion of the project. ii) All other works which are required to be completed as per terms of the contract are also to be carried out by the Contractor. iii) Site leveling after dismantling and clearing away of all temporary works. 4.5 The Contractor shall provide all necessary construction tools and tackles, and other equipment which may be required in order to carry out the work efficiently within the time schedule provided here in the Contract. Unless otherwise specified the above construction equipments brought to site shall be allowed to be taken out only after the work for which it has been brought is over. The equipments shall be taken out only with the specific permission in writing from the E.I.C. Only the equipment required for the work and in fit condition shall be brought to the site. The Contractor shall ensure that proper documentation is followed at entry gate of GSECL's WANAKBORI T.P.S. premises for such items which shall be carried back by Contractor after completion of work. 4.6 The Contractor shall provide all temporary ladders, scaffolding materials, platforms, supports and other necessary facilities required for the work. The Contractor shall provide sufficient, strong and safe staging so as to ensure safety of the labourers. Contractor should take all risk insurance policies. 4.7 The Contractor shall erect and maintain his own site offices, main stores and site stores as required for the work as per approval of EIC and arrange for maintaining the area placed at the Contractor's disposal in a neat manner. The plans for the same shall be got approved by the E.I.C. 4.8 The Contractor shall provide sufficient fencing/ notice board and light to protect and warn others as may be considered necessary by the GSECL and safety authority. 4.9 The Contractor shall be responsible for all the civil works in accordance with Technical Specifications and schedule-b

24 4.10 The Contractor shall deploy required number of supervisory, skilled unskilled and auxiliary labour as required for the work and comply with such reasonable instructions of the GSECL Engineer-in-Charge in the interest of satisfactory progress and completion of the work according to the schedule. The Contractor shall work in required numbers of shifts per day basis for meeting the completion target, if required without any extra cost to GSECL. However, in such cases, Contractor shall obtain the prior approval from the GSECL. 4.11The Contractor shall organize the work in a manner that other work at site or plot is not impeded and the workmen therein are not endangered and shall arrange temporary access at site, if required for the execution of work All safety measures as required to be adopted as per the Statutory Regulations and the Safety Rules of the Plant shall be strictly followed by the Contractor during the execution of the Contract. The Contractor shall set up a suitable safety organization of his own in this regard. The contractor shall have to follow all security rules and regulations related to plan and shall have to produce verification/identification details of all labours and employees as may be required / directed fro time to time In connection with the execution of the Contract, the Contractor shall comply with all applicable statutory Rules & Regulations including employment of labour at site The Contractor shall carry out any and all such works, as may be required, for civil work to be completed in all respect as per the Contract Specification If the GSECL Engineer-in-Charge is not satisfied with the progress of work at site, he shall direct the Contractor to depute more numbers of supervisory personnel / workers to meet the completion schedules as per the Contract. Upon receiving such direction, Contractor shall deploy additional personnel within 7 days without any extra cost All guarantees and test certificates obtained by the Contractor for the materials to be used, during the execution of work shall be submitted to the GSECL, WANAKBORI TPS before issue of Completion Certificate The GSECL may during the progress of work, order the removal of part or whole of the work executed, found not in accordance with the approved drawings, specifications/ instructions. No extra claims shall be entertained for re-executing or altering of such work On completion of the work, the site shall be left in good order and the excess materials, scraps, debris, if any shall be removed and dumped by the Contractor at place/places as designated by the GSECL. The Contractor shall also dismantle and remove the staging and other temporary facilities like stores, offices, labour camp etc. on completion of work The necessary plant and equipment likes, welding and gas cutting sets, shuttering material; and scaffolding pipes etc. as required for timely completion of work will be provided by contractor in consultation with GSECL s EIC Contractor is required to maintain proper records at site of work in addition to normal routine requirement of own office. The records to be maintained shall include but not limited to the following: (a) Daily Progress Record. (b) Work Site Order Book. (c) Instruction by GSECL's Officers. d) Test Registers of other materials/fittings, fixtures, equipments as stipulated in the tender. e) Register of Drawings and Working Details. f) Log Book of Defects. g) Hindrance Register giving details of commencement and removal of each hindrance. (h) Supply and consumption registers of scarce/costly materials like, rubble stone, sand and gabion etc. (i) (j) Record of Cement used / recd., day to day record of cement used / recd. shall be entered in the registered and signed by the site engineer of GSECL as well as contractor s representative at site. Measurement Book

25 5.0 ADDITIONAL SCOPE OF WORK 5.1 The scope of work to be carried out by the Contractor shall also include the following: I) Clearance of the site. ii) Disposal of debris, excavated material etc. as per instructions of the Engineer-incharge iii) Protecting and maintenance of trees, shrubs, green and other surfaces as instructed by the engineer-in-charge. iv) The cost of all the works shall be held to be included in the rates for various items of work. 6.0 COMPLETENESS : Any technical services as set forth here in above and which might not have been specifically mentioned in this Contract relating to the Project or in the specifications and which are not expressly excluded therefore but which are necessary for the performance in accordance with the specifications as an integral part of the Civil works shall be rendered by the Contractor without any extra cost. 7.0 CODES TO BE FOLLOWED All technical works / services to be rendered under this Contract, shall be executed in the manner set out in this Contract and in accordance with the best trade/engineering practices judged by the Indian and International Standards and its codes of practice. Wherever the codes are not mentioned best International Standards shall be followed to be approved by GSECL / Engineer in-charge. 8.0 TOTAL RESPONSIBILITY. The Contractor shall be solely responsible for the entire technical works / services irrespective of works / services have been made / rendered by him. 9.0 INSURANCE Unless otherwise instructed, the contractor shall insure the works and keep them insured until the virtual completion of the contract against loss or damage by fire and / or earthquake, flood. The insurance must be placed with a company approved by the GSECL, in the joint names of the GSECL and the contractor for such amount and for any further sum if called to do so by the GSECL, the premium of such further sum being allowed to the contractor as an authorized extra. The contractor shall deposit the policy and receipt for premiums paid with the GSECL within 21 (twenty one) days from the date of issue of work order unless otherwise instructed. In default of the contractor insuring as provided above, the GSECL on his behalf may so insure and may deduct the premiums paid from any money due, or which may become due to the contractor PHOTOGHRAPHS Contractors are required to maintain a record of the progress of the various work stage wise. 11 TIME OF COMPLETION 11.1 The work covered under this tender shall be completed within 4 Months from the date of written order for commence the work 11.2 Bidder shall submit quality plan and a construction bar chart including all activities keeping in mind the period of completion time The overall coordination for all works specified in the scope of work will be the responsibility of the contractor. The contractor shall also provide adequate Supervisory personnel for works to be executed under his Scope of Work Any clarification/queries asked by GSECL / GSECL's representative shall have to be furnished by the contractor

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GANDHINAGAR THERMAL POWER STATION TENDER DOCUMENT FOR

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GANDHINAGAR THERMAL POWER STATION TENDER DOCUMENT FOR 1 GUJARAT STATE ELECTRICITY CORPORATION LIMITED GANDHINAGAR THERMAL POWER STATION TENDER DOCUMENT FOR C-403 Construction of RCC road from TT4 to coal yard maintenance office & flooring behind coal yard

More information

SPS/CIVIL/F-236 TENDER DOCUMENT FOR

SPS/CIVIL/F-236 TENDER DOCUMENT FOR GUJARAT STATE ELECTRICITY CORPORATION LIMITED Gandhinagar Thermal Power Station, Gandhinagar, Gujarat, India 382041. Ph. 91-79-23215663/8250 Fax: 91-79-23217673 E-mail: gtps@gebmail.com Website: www.gsecl.in

More information

TECHNICAL BID RFQ NO

TECHNICAL BID RFQ NO GUJARAT STATE ELECTRICITY CORPORATION LIMITED Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda 388239. Ph. 91-2699-235522 Fax: 91-2699-235607,e-mail: wtps.ceg@gebmail.com;,website: www.gsecl.in

More information

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No:

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No: DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO :- 08-2018-19 SR NO :- 1 P R No: - 352316 RFQ No: - 48684 Sr.No Particulars Description 1 Tender For Tender of labour charges for making fabrications of HT

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

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

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

More information

66kv Khavda Vigakot & 66kv Khavda-Bhediyabet tower line in hot line condition, under TR Div Bhuj.

66kv Khavda Vigakot & 66kv Khavda-Bhediyabet tower line in hot line condition, under TR Div Bhuj. Page 1 of 34 Office: Transmission Division, BHUJ - KUTCH 370 001. Telephone No.(02832) 253551 Fax No.(02832) 253551 Web site: www.getcogujarat.com Email: eetrbhuj.getco@gebmail.com TENDER FOR THE WORK

More information

PVC-Door W-159 SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY , GUJARAT STATE TECHNICAL BID

PVC-Door W-159 SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY , GUJARAT STATE TECHNICAL BID SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY 393 151, GUJARAT STATE TECHNICAL BID Tender Notice No: GSECL / SSHEP / TECH / 04 / 2015 / S &W TENDER NO: CIVIL / W-159 Providing & fixing

More information

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year DIVISION OFFICE, GANDHINAGAR. E TENDER NOTICE NO :- 4-2015-16 SR NO :- 5 PR No: - 249716 RFQ No: - 33935 Sr.No Particulars Description 1 Tender For Work contract for lying of under ground HT cable works

More information

GUJARAT STATE ELECTRICITY CORP. LTD. WANAKBORI THERMAL POWER STATION TAL. THASRA, DIST.KHEDA, TECHNICAL BID NAME OF WORK:

GUJARAT STATE ELECTRICITY CORP. LTD. WANAKBORI THERMAL POWER STATION TAL. THASRA, DIST.KHEDA, TECHNICAL BID NAME OF WORK: GUJARAT STATE ELECTRICITY CORP. LTD. WANAKBORI THERMAL POWER STATION TAL. THASRA, DIST.KHEDA, Tender Notice No: 220/11/W, Sr. No.24 TECHNICAL BID RFQ NO. 17193 NAME OF WORK: TENDER FOR THE WORK OF REPLACEMENT

More information

Ph: / Fax: / Corporate Identity Number: U40100GJ1993SGC TENDER BOOKLET

Ph: / Fax: / Corporate Identity Number: U40100GJ1993SGC TENDER BOOKLET GUJARAT STATE ELECTRICITY CORPORATION LIMITED KACHCHH LIGNITE THERMAL POWER STATION PANANDHRO, PO: S.K. VARMANAGAR-370 601, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA) Ph: +91 2839 262452/264423. Fax: +91

More information

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

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

More information

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

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

More information

BANK OF INDIA, AHMEDABAD ZONE

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

More information

TECH / 120 Days from the date of opening of the enquiry Contract Period

TECH / 120 Days from the date of opening of the enquiry Contract Period TECH/ W 01 / 2017 Re-filling of Printer Cartridges & replacement of drum / PCR blade on Rate Contract Basis at GSECL, SSHEP (O&M) Unit, Kevadia Colony. Sealed quotations are invited by the undersigned

More information

Save Energy for Benefit of Self and Nation PR NO RFQ NO 48087

Save Energy for Benefit of Self and Nation PR NO RFQ NO 48087 Save Energy for Benefit of Self and Nation ADVERTISED TENDER 65/2018 PR NO 350970 RFQ NO 48087 TO, M/s Name of Work : Labour for Erection of CI Plate/ coil type Earthing of earth terminal at consumer end

More information

CIN-U40102GJ2003SGC PR NO RFQ NO 47678

CIN-U40102GJ2003SGC PR NO RFQ NO 47678 1 ADVERTISED TENDER NOTICE NO 01 /2018-19 CIN-U40102GJ2003SGC042906 PR NO 348402 RFQ NO 47678 Subject :- Tender of Supply & Labour charge for Standard Mesh Type & C.I. Pipe Type Earthing For L.S.T.C. of

More information

Name of work : Civil works Renovation of canteen building at Head office, Race course, Baroda

Name of work : Civil works Renovation of canteen building at Head office, Race course, Baroda - 1 - Name of work : Civil works Renovation of canteen building at Head office, Race course, Baroda Tender documents for Tender Notice No: EE (O&M)/ Baroda/ 10 /H.O./2011 for Civil Works contain following.

More information

: To be filled by the tenderer :

: To be filled by the tenderer : DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO-01-2018-19 SR NO : 3 P R No :- 349415 RFQ No :- 47849 Sr.No Particulars Description 1 Tender For Open tender for muffing works for IPDS/DDUJGY scheme for

More information

PR NO RFQ NO 41580

PR NO RFQ NO 41580 Save Energy for Benefit of Self and Nation ADVERTISED TENDER PR NO 304470 RFQ NO 41580 TO, M/s Name of Work : Labour for Erection of CI Plate/ coil type Earthing of earth terminal at consumer end of Jagudan

More information

TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq

TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq - 37641 Name of Work: Work of replacement of 2 nos. of 33 KV Bushings of BHEL Make, Single phase, 167 MVA, 400/200/33 KV interconnecting

More information

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

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

More information

TENDER BOOKLET TECHNICAL BID. Tender KLTPS-56 / W-565 RFQ-29818

TENDER BOOKLET TECHNICAL BID. Tender KLTPS-56 / W-565 RFQ-29818 GUJA RA T STA TE ELECTRI CI TY CORP ORA TI ON LI M I TED KACHCHH LIGNITE THERMAL POWER STATION PANANDHRO, PO: S.K. VARMANAGAR, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA) Phone: 91-2839-262452 / 264423. Fax:

More information

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED / HAND OPERATED GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION - AMRELI TENDER NAME OF WORK : Supply of 72.5KV, 1250 AMP OIP condenser bushing suitable for EHV class transformer

More information

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

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

More information

Executive Engineer, N.P.Canal Dn. No. 8 Dholka.

Executive Engineer, N.P.Canal Dn. No. 8 Dholka. SARDAR SAROVAR NARMADA NIGAM LIMITED (A Wholly OwnedGovernment of Gujarat Undertaking) Short Tender Notice No. of 12016-17 Online Tenders (E-tendering) for following work(s) of Sardar Sarovar Project are

More information

GETCO TRANSMISSION DIVISION, ICHCHHAPORE TENDER NO :- ICHH/TRDN/2011/05

GETCO TRANSMISSION DIVISION, ICHCHHAPORE TENDER NO :- ICHH/TRDN/2011/05 GETCO TRANSMISSION DIVISION, ICHCHHAPORE TENDER NO :- ICHH/TRDN/2011/05 Subject :- Providing Anti-climbing device(barbed wire) to various EHV Line Locations of Ichchhapore s/s Jurisdiction. Estimated Cost

More information

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar Jetpur

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar Jetpur GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar Jetpur E-mail : jetpur400kv@yahoo.co.in PHONE: (02823) 221278 FAX :(02823) 221733 Tender documents for

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

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

MAHARASHTRA GRAMIN BANK

MAHARASHTRA GRAMIN BANK MAHARASHTRA GRAMIN BANK HEAD OFFICE, SHIVAJINAGAR, NANDED- 431 602. Jivanshree,Plot No.35,Sector-G Town Center,CIDCO,Aurangabad- 431003. PROPOSED INTERIOR WORK OF SAMARTH NAGAR, AURANGABAD BRANCH. FOR

More information

.GUJARAT STATE ELECTRICITY CORP. LTD. WANAKBORI THERMAL POWER STATION TAL. THASRA, DIST.KHEDA, Tender Notice No: 395/12/W Sr. No.

.GUJARAT STATE ELECTRICITY CORP. LTD. WANAKBORI THERMAL POWER STATION TAL. THASRA, DIST.KHEDA, Tender Notice No: 395/12/W Sr. No. .GUJARAT STATE ELECTRICITY CORP. LTD. WANAKBORI THERMAL POWER STATION TAL. THASRA, DIST.KHEDA, Tender Notice No: 395/12/W Sr. No. 15 for Works TECHNICAL BID RFQ NO. 20475 NAME OF WORK: TENDER FOR THE WORK

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) Sealed tenders are invited on behalf of the Deputy General Manager (B&O), State Bank of India, Administrative Office, Kozhikode, for the following work: i) of the work Tender

More information

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

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

More information

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

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

More information

TENDER. No. TDD/TECH/TENDER/2011/20/5418. Construction of RCC 5000 ltr. Capacity underground SUMP at 66kV Gadhada S/S under Dhasa TR. Division.

TENDER. No. TDD/TECH/TENDER/2011/20/5418. Construction of RCC 5000 ltr. Capacity underground SUMP at 66kV Gadhada S/S under Dhasa TR. Division. GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION, DHASA Phone No: 02847-233106, Fax No: 02847-233087. E-mail : dhasatr@rediffmail.com; dhasatr@yahoo.co.in. TENDER. No. TDD/TECH/TENDER/2011/20/5418

More information

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

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

More information

E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme.

E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme. PR No:-324825 / RFQ NO:-44518 Tender Notice No BPL-DO-7-2017-18 E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme.

More information

ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41. Website:

ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41. Website: ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41 Name of work: Purchase of Steel cupboards Full/Half/Glass Door for Audit Section & HR Section of Corporate Office Building.

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

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

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA To 27/04/2017 All Concerned New Delhi Sub: Providing and Fixing of signage board at PFRDA Sealed Bids are invited under Single Bid system for providing and fixing of signage boards from experienced Firms/

More information

NOTICE INVITING TENDERS

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

More information

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Government of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site:www.nid.edu NIT No.

More information

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT MARKETING DEPARTMENT BSO- HQSALES D BLOCK, PROJECT OFFICE VISAKHAPATNAM - 530 031 TEL: 0891 2706945 FAX: 0891 2518460 TENDER NOTICE Ref. No : VSP/MKTG/HQS/14-15/01

More information

TENDER DOCUMENT TENDER ID : BAN

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

More information

TENDER NOTICE. The bidder may inspect the site on any working days during working hours before submission of their offers.

TENDER NOTICE. The bidder may inspect the site on any working days during working hours before submission of their offers. TENDER NOTICE Sealed offers are invited from reputed/ specialized contractors/ firms for supply and installation port cabin to be used as reception at the premises of the Institute at ICSI HOUSE, 22 Institutional

More information

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI 400 088 NOTICE INVITING TENDERS Date:27 February, 2017 1. Sealed tenders are invited for Waterproofing By Crack Filling And Chemical Coating at Naoroji

More information

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

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

More information

No. D-34015/1/2013-Admn.(NR) Government of India Staff Selection Commission (NR) Department of Personnel & Training

No. D-34015/1/2013-Admn.(NR) Government of India Staff Selection Commission (NR) Department of Personnel & Training To No. D-34015/1/2013-Admn.(NR) Government of India Staff Selection Commission (NR) Department of Personnel & Training Block No. 12, CGO Complex Lodhi Road, New Delhi Dated: - 05.06.2013 Staff Selection

More information

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana.

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana. // UTTAR GUJARAT VIJ COMPANY LIMITED // : CIRCLE OFFICE, MEHSANA : :: TENDER FOR THE WORK OF:: Annual Contract for Garden Maintenance at office campus UGVCL Mehsana. PR: - 318232 RFQ: - 43877 Page 1 of

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

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017 MANAGEMENT DEVELOPMENT INSTITUTE, GURUGRAM, HARYANA TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017 FOR CONSTRUCTION OF HOSTEL BLOCK (B+G+9) IN MANAGEMENT DEVELOPMENT

More information

TECHNICAL BID T 3469

TECHNICAL BID T 3469 TECHNICAL BID T 3469 Supply of Load cell for stock make Model - EGD2410 dual belt Gravimetric coal feeder of Unit No. 3 & 4. Due on Date : 27.04.2012 At 3.30 P.M. (if Possible) EMD paid YES / NO EMD D.

More information

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

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

More information

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

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

More information

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. EHV O&M DIVISION, RATNAGIRI RE-TENDER DOCUMENT

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. EHV O&M DIVISION, RATNAGIRI RE-TENDER DOCUMENT MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. RE-TENDER DOCUMENT Tender Specification number Name of work Estimated cost EE/EHV O&M DN/RTN/Tech/ET-14/18-19 (RFX No. 7000010687) SRM RE-Tender for

More information

PR No: RFQ No: CIN : U40102GJ2003SGC Estimate cost. Rs Rs in form of cash/ Demand Draft of nationalized bank

PR No: RFQ No: CIN : U40102GJ2003SGC Estimate cost. Rs Rs in form of cash/ Demand Draft of nationalized bank 1 PR No: 348358 RFQ No: 47672 CIN : U40102GJ2003SGC042906 ADVERTISED TENDER NOTICE NO 01 /2018-19 Name of Work Erection of Earth Terminal at Consumer premises by labour charge at Bhildi Sub division under

More information

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated:

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated: ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi-110001 No.204/2/2015(AMC) Dated: 05.05.2015 1 Tender Notice Subject: Annual Contract for Repair/Maintenance, Polishing, renovation,

More information

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL TENDER DOCUMENT. Ref No. CO/BLR/18-19/m.Ten/003 INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE BENGALURU on behalf of STATE BANK OF

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

The work of Replacement of Suspension / Tension Insulators by Rubberize polymer Insulator on 220KV & 66 kv Lines

The work of Replacement of Suspension / Tension Insulators by Rubberize polymer Insulator on 220KV & 66 kv Lines GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION, JETPUR-360375 TENDER No. TJ/11-12/09 The work of Replacement of Suspension / Tension Insulators by Rubberize polymer Insulator on

More information

PUR-F-023 CQ AT 3.30 P.M ( IF POSSIBLE)

PUR-F-023 CQ AT 3.30 P.M ( IF POSSIBLE) CQ- 133 REMOVING SILT MUD DEBRIES FROM STROM DRAIN SITUATED AT OUT SIDE COLONY GATE TO RIVER AT GTPS. DUE ON 10 6 2011 AT 3.30 P.M ( IF POSSIBLE) Pl. Submit your offer by RPAD /Speed Post only. Offer received

More information

Tender Notice No. GETCO/TR-II/TL/66kV/S&E/2338

Tender Notice No. GETCO/TR-II/TL/66kV/S&E/2338 Regd. Office: Sardar Patel Vidyut Bhavan, Race Course, VADODARA 390 007. Telephone No.(0265) 2323362 (D) Fax No. (0265) 2339066 (GETCO) / (0265) 2337918/2338164 (GUVNL) Email: ceproject.getco@gebmail.com

More information

SARDAR SAROVAR NARMADA NIGAM LIMITED TENDER NOTICE NO. 4 OF

SARDAR SAROVAR NARMADA NIGAM LIMITED TENDER NOTICE NO. 4 OF M - 1 SARDAR SAROVAR NARMADA NIGAM LIMITED (A wholly owned Government of Gujarat undertaking) TENDER NOTICE NO. 4 OF 2012-13 1.0 Sardar Sarovar Project (SSP) is an interstate, multipurpose, major project

More information

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

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

More information

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

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

More information

ADVERTISED TENDER NOTICE NO.: PLN-CO-36 /

ADVERTISED TENDER NOTICE NO.: PLN-CO-36 / PR No: 375185 RFQ No: 52058 ADVERTISED TENDER NOTICE NO.: PLN-CO-36 /2018-19 Name of Work : TENDER FOR Providing and fixing of strip Earthing to Distribution transformer for Wav S/Dn under Deesa Div-1.

More information

Section 2 - Bid Data Sheet

Section 2 - Bid Data Sheet Page 1 of 7 A. Introduction ITB 1.1 The number of the Invitation for Bids is : GETCO/KFW/TURNKEY/220KV Moti Gop/106 The Employer is: GUJARAT ENERGY TRANSMISSION CORPORATION LTD. The name of the ICB is:

More information

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

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

More information

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

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS Part A TENDER DOCUMENT (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS This document consists of the following: a. Notice Inviting Applications

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

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014 MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. Name of Work : Dhamangaon Rly. Water Supply Scheme Tal.- Dhamangaon Rly. Dist.- Amravati (Under M.S.N.Abhiyan) DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

More information

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION.

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION. TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION. ARCHITECTS S. NANDEDKAR & ASSOCIATES 103, UTKARSHA UMANG AJNI SQUARE, NAGPUR-15 TEL: - 2252945, CELL: - 9823294893, 9823040281

More information

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/ PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/2018-19 LAST DATE OF SUBMISSION. 26-11 2018 by 5.00 PM ZONAL OFFICE Dehradun

More information

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/ PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/2017-18 LAST DATE OF SUBMISSION. 20-04-2018 ZONAL OFFICE Delhi II 1. EMPANELMENT

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

NOTICE INVITING TENDER

NOTICE INVITING TENDER Government of West Bengal Samagra Shiksha Mission Cooch Behar Jnanakur Bhawan (2 nd Floor), Harendra Narayan Road, Cooch Behar Phone: 03582-224521/224670, email- ssmcoob@gamil.com Memo No.: 493/SSM/COB/18-19

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

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR Replacement of 800 AMP Air Circuit Breaker (Manual Draw-out)at

More information

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM] STANDARD BID DOCUMENT for ERECTION OF OVERHEAD & UNDERGROUND NETWORK PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM] The bidder must submit

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

M - 1. SARDAR SAROVAR NARMADA NIGAM LIMITED (A wholly owned Government of Gujarat undertaking) TENDER NOTICE NO 20 YEAR

M - 1. SARDAR SAROVAR NARMADA NIGAM LIMITED (A wholly owned Government of Gujarat undertaking) TENDER NOTICE NO 20 YEAR M - 1 SARDAR SAROVAR NARMADA NIGAM LIMITED (A wholly owned Government of Gujarat undertaking) TENDER NOTICE NO 20 YEAR 2018-19 1.0 The Sardar Sarovar Project (SSP) is an interstate, multipurpose, major

More information

TENDER SPECIFICATION

TENDER SPECIFICATION TENDER SPECIFICATION FOR HIRING OF NON A.C CAR i.e Maruti Swift Dezir, Mahindra verito, etc FOR JE PLCC (12 HOURS ) UNDER VARTEJ TR. DIVISION OF AMRELI TR.CIRCLE FOR TWO YEAR TENDER FEE PAID VIDE RECEIPT

More information

TENDER NOTICE No SLDC-02/18

TENDER NOTICE No SLDC-02/18 Office: State Load Despatch Centre,132kv Gotri s/s Compound,Gotri Road, Vadodara-21 Tele.No. (0265) 2352103 / Fax No. (0265) 2352019 Email: sldcscada.getco@gmail.com Website www.sldcguj.com Regd. Office:

More information

Technical Bid TENDER TENDER ISSUED TO. M/s

Technical Bid TENDER TENDER ISSUED TO. M/s Gujarat Energy Transmission Corporation Ltd. VIJAPUR Phone NO: (O) 02763 220055 / 220130 220kv sub-station campus Phone NO: (R) 02763 220169 Khanusa road,vijapur E-Mail : natwarlal.patel@getcogujarat.com

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

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

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

TENDER NOTICE Ref.No : VSP/MKTG/BP/13-14/03 DT Sub: Notice inviting open tender for sale of Coke Dust (Bunker) - reg

TENDER NOTICE Ref.No : VSP/MKTG/BP/13-14/03 DT Sub: Notice inviting open tender for sale of Coke Dust (Bunker) - reg RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT MARKETING DEPARTMENT BYPRODUCTS SECTION ROOM NO:58, D BLOCK, PROJECT OFFICE VISAKHAPATNAM - 530 031 TEL: 0891 2518030 FAX: 0891 2518474 TENDER NOTICE

More information

TENDER. Tender Notice No. MRC - 13 ( )

TENDER. Tender Notice No. MRC - 13 ( ) TENDER Tender Notice No. MRC - 13 (2018-19) Tender for Electrical Concealed Wiring & LAN Wiring Work for Division office Morbi at Second & Third Floor of existing Circle Office Building at Morbi. Page

More information

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

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

More information

Administration of Dadra and Nagar Haveli, Dr. B. B. A. Government Polytechnic, Karad D.P Tender Notice

Administration of Dadra and Nagar Haveli, Dr. B. B. A. Government Polytechnic, Karad D.P Tender Notice Administration of Dadra and Nagar Haveli, Dr. B. B. A. Government Polytechnic, Karad D.P.-396 240 Tender Notice NO. V- STORE ( 145)/POLY / STUDENT- DESK / 2012-13 /145 Dtd : 07/03/ 2015 Sealed Tender are

More information

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE, BHARUCH.

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE, BHARUCH. GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE, BHARUCH. SUBJECT : HIRING OF LATEST MODEL AC CAR (INDIGO OR EQUIVALENT AND MODEL DECEMBER 2008 OR ONWARDS) FOR THE YEAR 2010-11 FOR ACE(TR)

More information

INDIAN MARITIME UNIVERSITY

INDIAN MARITIME UNIVERSITY Page1 INDIAN MARITIME UNIVERSITY CHENNAI CAMPUS NOTICE INVITING TENDER FOR DISPOSAL OF STEEL, PLASTIC AND WOODEN SCRAP ITEMS TENDER NO : TENDER OPENING : 29/09/2015 AT 1530 Hrs PLACE OF TENDER OPENING

More information

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return.

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return. ODISHA STATE AGRICULTURAL MARKETING BOARD Plot No.1800 (P), Baramunda, Post Khandagiri, Near Indian Oil Petrol Pump Bhubaneswar Ph. No.0674 2351311, Fax: 0674 2351316, Email: osamboard99@yahoo.com, Website:

More information

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018)

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018) TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR 2017-18 (w.e.f. 1/08/2017 to 31/03/2018) TCN No.10/OMC/ROG/2017 Dtd.27/06/2017 Sealed quotations are invited

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

Last date of receipt of tender at Date : On Hrs Date of opening the tender at Date : On Hrs.

Last date of receipt of tender at Date : On Hrs Date of opening the tender at Date : On Hrs. Save Energy for Benefit of Self and Nation 1 PR NO 352388 RFQ NO 48544 ADVERTISED TENDER NOTICE NO. 07 /2018-19 TO, M/s Name of Work Erection of Earthing of earth terminal at consumer end of Bhabhar Sub

More information