TCIL/TG-MK/006/2017/MahaIT-Maharashtra(PIA) Dated:

Size: px
Start display at page:

Download "TCIL/TG-MK/006/2017/MahaIT-Maharashtra(PIA) Dated:"

Transcription

1 TCIL/TG-MK/006/2017/MahaIT-Maharashtra(PIA) Dated: Sub: Expression of Interest for selection of Pre-tender tie up/ consortium partner(s) for the tender for Selection of Project Implementation Agency (PIA) for MahaNet-I (BharatNet -II) Project in Maharashtra (TENDER Ref No MahaIT/CNI/001/01/2018 dated ) TCIL intends to participate in the tender for Selection of Project Implementation Agency (PIA) for MahaNet-I (BharatNet-II) Project in Maharashtra floated by Maharashtra Information Technology Corporation Limited ( MahaIT ). Scope of work includes Survey, planning, supply, installation, end-to-end integration, testing and commissioning of OFC (Underground and Aerial) IP-MPLS network and Radio network. Also, the PIA would undertake the responsibility for Operations & Maintenance (O&M) and facilitating service provisioning of the established network for five years on turnkey basis. The complete tender document and its corrigendum s are available at below mentioned website: TCIL invites Expression of Interest (EOI) for pre-tender tie-up/consortium partner(s) from reputed organizations/ companies to collaborate with TCIL as pre-tender tie-up/ consortium partner(s) for the mentioned tender for below mentioned packages : Package A OFC OR Package A Active Components OR Package B OR Package C OR Any combination thereof (in case of combination, requirement s of eligibility i.e. turnover, net worth, Solvency, EMD etc will be cumulative of all the packages for which bid is submitted) as defined below: Package Key components Districts of GPs** Package A OFC 1. Optical Fibre Cable (OFC -underground and aerial) site survey, planning, procurement, design, implementation of Taluka and GP network as well as O&M (this also includes radio connectivity for Gram Panchayats that cannot be connected through fibre) 2. OFC (underground and aerial) site survey, planning, procurement, design, implementation of horizontal connectivity to Government premises, schools and PHCs 1 Estimated Route-KMs per laying method** Underground Route KMs = 11,078 Aerial Route KMs = 5,079

2 Package A Active Components Package B OFC Package C OFC Total 1. Access electronics implementation and O&M 2. Central electronics implementation and O&M NOC/ DR DC/ Cloud NMS BSS 3. Wi-Fi implementation and O&M 1. Optical Fibre Cable (OFC -underground and aerial) site survey, planning, procurement, design, implementation of Taluka and GP network as well as O&M (this also includes radio connectivity for Gram Panchayats that cannot be connected through fibre) 2. OFC (underground and aerial) site survey, planning, procurement, design, implementation of horizontal connectivity to Government premises, schools and PHCs 1. Optical Fibre Cable (OFC -underground and aerial) site survey, planning, procurement, design, implementation of Taluka and GP network as well as O&M (this also includes radio connectivity for Gram Panchayats that cannot be connected through fibre) 2. OFC (u nderground and aerial) site survey, planning, procurement, design, implementation of horizontal connectivity to Government premises, schools and PHCs 26 12,740 NA Mixed Route KMs = 13,728 Aerial Route KMs = 2, Mixed Route KMs = 10,927 Aerial Route KMs = 7,255 Underground Route KMs = 35,733 Aerial Route KMs = 14,581 Note: 1) Preference would be given to the bidder who submits the EOI for Package A OFC and Package A Active Components together i.e. for Package A of MahaNet I Tender. 2) Bidders can form consortium among themselves for each of the package above. However, TCIL and selected bidder will decide the pre-tender tie-up/consortium partners (maximum 3 partners including TCIL) towards the end client (MahaIT). 2

3 I. General Pre-qualification for Consortium partner(s) for Package A OFC, Package A Active Components, Package B OFC and Package C OFC: Sr. 1. The Bidder and the consortium partner(s) should be registered under Indian Companies Act 2013 as per section 2 (20) of the Indian Companies Act 2013 or Companies Act 1956 or as amended and should have at least 3 years of operations in India as on bid submission date. 2. The Bidder and the consortium partner(s) shall have valid GST registration certificate and Permanent Account Number (PAN) issued by Income Tax department. 3. The Bidder and the consortium partner(s) and their Parent Company shall not be a Licensed Telecom Service Provider to provide Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services, anywhere in India. a) Copy of Certification of Incorporation/ Registration Certificate b) Company profile c) Memorandum of Association and Article of Association a) PAN Card b) GST Certificate Self-Certificate by the bidder and each of the consortium partner(s) shall be submitted 4. The Bidder and the consortium partner(s) should not remain blacklisted/ debarred by any State/ Central Govt. department or any Govt. PSU for Telecom or OFC business in India as on bid submission date. An undertaking signed by CEO/ Country Head/ Authorized Signatory of the company to be provided on Non judicial stamp paper of INR 100/- or such equivalent amount and document duly attested by notary public. 5. The Lead Bidder shall be the single point of contact and shall be solely responsible for all the Terms and Conditions of the EOI Self-certification duly signed by authorized signatory on company letter head. 6. The Lead Bidder should have a project office in the respective project area / zone. However, if the local presence is not there in the State, the lead bidder should give an undertaking for establishment of a project office, within one month of award of the contract from the end client (MahaIT). Self-certification duly signed by authorized signatory on company letter head. 3

4 7. Readiness of the Technical Complaint and financially competitive proposal for the package for which EOI is submitted 8. The bidder should agree to abide by all the technical, commercial & financial conditions of the PIA for MahaNet-I Maharashtra tender on back to back basis except pricing, termination & risk purchase rights of the TCIL. TCIL shall release payment to selected bidder after the receipt of corresponding payment from end client ( MahaIT ) by TCIL. If selected bidder fails to execute its portion of work, then the same shall be executed by TCIL through third party or departmentally at the risk and cost of selected bidder. 9. The selected bidder shall have to sign MOU/ agreement, Integrity Pact & non disclosure agreements with TCIL. 10. All disputes or differences whatsoever arising between the bidders and TCIL under and/ or in connection with and/or in respect of this EOI for the mentioned tender shall be referred to and decided by sole arbitrator, who shall be appointed by the CMD, TCIL. The arbitration shall be conducted in accordance with the Arbitration and Conciliation Act 1996 and the venue of the arbitration shall be in New Delhi. Undertaking duly signed by authorized signatory on company letter head that the Technical and financial proposal would be submitted immediately on request of TCIL. Self-certification duly signed by authorized signatory on company letter head. Self-certification duly signed by authorized signatory on company letter head. Self-certification duly signed by authorized signatory on company letter head. II. Specific Pre-Qualification for Consortium partner(s) for Package A OFC: 4

5 1. The bidder or the consortium partner(s) should have an average annual turnover of at least: Rs. 500 crore for Package-A OFC in the last three (3) audited financial years ( , and ) Note: Turnover considered would be a consolidated turnover of the company. In case of the subsidiary, the turnover of the parent company shall also be taken into consideration for determining the fulfillment of this condition. However, in case of bids, where for the fulfillment of turnover eligibility requirement, turnover of parent company being submitted, then the bidder shall submit a declaration cum an undertaking from authorized signatory of the parent company stating that they (the parent company ) shall support and take responsibility to enable its subsidiary company (the bidder) to perform the contractual obligation. 2. The bidder or the consortium partner(s) should have a cumulative experience as per the below mentioned scope of work in last 5 years as on bid submission date. Experience of Laying, Installation, Testing and Commissioning of Optical Fibre Cable (Underground and Aerial), PLB Duct, Quad, PIJF, Signaling Cable and accessories of at least 5,000 route km. 3. Bidder should provide Solvency Certificate as per the last audited financial year and should be for at least INR 200 Crores for Package-A OFC 4. Bidder should have minimum net worth equivalent to a) Audited financial statements for the last three financial years ( , and ). b) Certificate from the Statutory Auditor/Company Secretary on turnover details for the last three (3) financial years ( , and ). c) Undertaking, if applicable from parent company duly signed by the authorized signatory Completion Certificate issued and signed by the competent authority of the client entity along with the supporting documents such as Work order/purchase order OR Contract clearly highlighting the scope of work Bill of Material and value of the contract/ order. In case of ongoing project/s, then a certificate from the Client must be submitted stating the completion of the requisite eligibility criteria laid down in this Tender has been completed by the bidder in its ongoing project. Solvency certificate from Banker Certificate from statutory auditor/ Chartered Accountant 5

6 INR 200 Crores for Package-A OFC as per the last audited ( ) financial figures. 5. OEM shall ensure that all equipment / components / sub-components being supplied by them shall be supported for the entire contract period. If the same is de-supported by the OEM for any reason whatsoever, the bidder shall replace it with an equivalent or better substitute that is acceptable to End Client (MahaIT)/TCIL without any additional cost to End Client (MahaIT)/TCIL and without impacting the performance of the solution in any manner whatsoever. 6. Product OEM qualification OFC i) The OFC manufacturer should have Infrastructure Assessment (IA) certificate issued by BSNL QA, Bangalore for manufacturing capacity of minimum 50,000 cable km per annum for minimum 48F type cables ii) The OFC manufacturer should use ITU-T grade G.652.D and G.657.A1 optical fibre, sourced from CACT approved indigenous sources. iii) The OFC Manufacturer should not be blacklisted for Telecom business by any Central/ State Government or Govt. PSU for Telecom or OFC business as on the date of bid submission iv) The OFC manufacturer should have valid ISO 9001 and TL9000 certification in its name with no prior history of withdrawal. v) The OFC manufacturer should have supplied a cumulative of at least 50,000 cable kms of minimum 24F and above OFC, to Telecom Companies (Private Telecom Operators, PSUs and Government Telecom Operators), including Cumulative of at least 7,000 km of minimum 48F and above Ribbon OFC in India during the last three financial years Documentary evidences such as Authorization letters MAF (Manufacturers Authorization Form) from all OEM/Vendors whose products are being quoted by the Bidder need to be attached in the bid. Certificate from Authorized Signatory of the bidder mentioning the turnover in the last three financial years. For listed entities, in case the published audited annual reports contain the detailed breakup of financial as required, a copy of such annual reports certified by the authorized signatory may be provided. CACT certificate to be submitted. Copy of PO/Contract/Agreement with the client along with certificate from client on their letterhead with details of quantity supplied. A certificate from the statutary auditor/ Chartered Accountant of the bidder regarding networth as on 31st March

7 (i.e., FY14-15, FY15-16, FY 16-17). vi) The OFC Manufacturer should have cumulative annual revenue of minimum INR 400 crore from the sale of OFC during the last three financial years (i.e., FY14-15, FY15-16, FY 16-17) vii) The OFC Manufacturer should have a minimum networth of Rs 75 crore as on 31st March, A certificate from the statutary auditor/ Chartered Accountant of the bidder to this effect should be submitted. 7. (a) The Bidder shall furnish Bid Security/EMD (Refundable) of the amount INR 5,00,000/- (Five Lakhs Only) alongwith the EOI Response for Package A OFC. EMD will be refunded to the unsuccessful bidders within 30 (Thirty) days of completion of selection process by TCIL. The EMD may be forfeited: If bidder submits false/fake documents. If bidder withdraws their bid after submission. If the bidder doesn t submit Technical and Financial Proposal to TCIL for eventual submission to end client (MahaIT) and EMD of maximum upto 80% of INR 6,70,00,000/- (Sixty Seven Crores only/-) before TCIL submits the bid to end client (as defined in 7(b)). (a) Bid Security/EMD (Refundable): INR 5,00,000/- (Five Lakhs Only) valid for a period of 30 days from the date of submission of EOI in the form of Demand Draft/ Bank Guarantee in favour of Telecommunications Consultants India Limited payable at New Delhi. (b) The successful Bidder shall furnish Bid Security/EMD (Refundable) in the form of DD/BG, as mutually decided on the basis of the scope of work, and maximum upto 80% of INR 6,70,00,000/- (Sixty Seven Crores only/-) before TCIL submits the bid to end client. The EMD submitted by successful bidder should be valid for a period of 210 days from the submission of EoI. EMD will be (b) An undertaking signed by authorized signatory (on the company letterhead) that this EMD would be submitted before TCIL submits the tender response to the end client (MahaIT) 7

8 refunded to the bidder within 30 (Thirty) days after the release of TCIL s EMD by the end client. The format for EMD for Bank Guarantee is placed at Annexure I of the EOI. III.Specific Pre-Qualification for Consortium partner(s) for Package A Active Components: Sr. The bidder or the consortium partner(s) should have an average annual turnover of at least: Rs. 250 crore for Package-A Active Components in the last three (3) audited financial years ( , and ) The turnover shall be only from activities related to provision of IT Systems Integration services / IT services / Network services / Telecom Equipment services / NMS / OSS/ BSS services in India or abroad. a) Audited financial statements for the last three financial years ( , and ). b) Certificate from the Statutory Auditor/Company Secretary on turnover details for the last three (3) financial years ( , and ). c) Undertaking, if applicable from parent company duly signed by the authorized signatory Note: Turnover considered would be a consolidated turnover of the company. In case of the subsidiary, the turnover of the parent company shall also be taken into consideration for determining the fulfillment of this condition. However, in case of bids, where for the fulfillment of turnover eligibility requirement, turnover of parent company being submitted, then the bidder shall submit a declaration cum an undertaking from authorized signatory of the parent company stating that they (the parent company) shall support and take responsibility to enable its subsidiary company (the bidder) to perform the contractual obligation. 1. Bidder should provide Solvency Certificate as per the last audited financial year and should be for at least INR 100 Crores for Package-A Active Components Solvency certificate from Banker 8

9 2. Bidder should have minimum net worth equivalent to INR 100 Crores for Package-A Active Components as per the last audited ( ) financial figures. 3. OEM shall ensure that all equipment / components / sub-components being supplied by them shall be supported for the entire contract period. If the same is de-supported by the OEM for any reason whatsoever, the bidder shall replace it with an equivalent or better substitute that is acceptable to End Client (MahaIT)/TCIL without any additional cost to End Client (MahaIT)/TCIL and without impacting the performance of the solution in any manner whatsoever. For Package-A Active Components: i) Lead Bidder can only bid with a single OEM for all IP/MPLS Routers for GP and Talukas. In case of Lead Bidder offering multiple OEM options for IP/MPLS routers, the bid of such Lead Bidder will be rejected. ii) Lead Bidder can only bid with a single OEM for Wi-Fi Access Points. In case of Lead Bidder offering multiple OEM options for IP/MPLS routers, the bid of such Lead Bidder will be rejected. 4. Product OEM qualification IP-MPLS i) OEM should have deployed similar solutions in at least five Service Providers in India/Globally ii) The OEM should have an aggregate installed base of at least 300 IP/MPLS edge/ aggregation/ core routers which should be working satisfactorily for over one year. Of these, a minimum of 150 IP-MPLS edge/ aggregation/ core routers should be deployed in India in one single network. iii) The aggregate installed base of Access routers deployed in India/Globally by the OEM should be at least 7,500, which should be working satisfactorily for over two years Certificate from statutory auditor/ Chartered Accountant Documentary evidences such as Authorization letters MAF (Manufacturers Authorization Form) from all OEM/Vendors whose products are being quoted by the Bidder need to be attached in the bid. Certificate from Authorized Signatory of the bidder mentioning the turnover in the last three financial years. For listed entities, in case the published audited annual reports contain the detailed breakup of financial as required, a copy of such annual reports certified by the authorized signatory may be provided. CACT certificate to be submitted. Copy of PO/Contract/Agreement with the client along with certificate from client on their letterhead with details of quantity supplied. 9

10 5. (a) The Bidder shall furnish Bid Security/EMD (Refundable) of the amount INR 5,00,000/- (Five Lakhs Only) alongwith the EOI Response for Package A Active Components. EMD will be refunded to the unsuccessful bidders within 30 (Thirty) days of completion of selection process by TCIL. The EMD may be forfeited: If bidder submits false/fake documents. If bidder withdraws their bid after submission. If the bidder doesn t submit Technical and Financial Proposal to TCIL for eventual submission to end client (MahaIT) and EMD of maximum upto 80% of INR 3,30,00,000/- (Thirty Three Crores only/-) before TCIL submits the bid to end client (as defined in 7(b)). A certificate from the statutary auditor/ Chartered Accountant of the bidder regarding networth as on 31st March 2017 (a) Bid Security/EMD (Refundable): INR 5,00,000/- (Five Lakhs Only) valid for a period of 30 days from the date of submission of EOI in the form of Demand Draft/ Bank Guarantee in favour of Telecommunications Consultants India Limited payable at New Delhi. (b) The successful Bidder shall furnish Bid Security/EMD in the form of DD/BG, (Refundable) as mutually decided on the basis of the scope of work, and maximum upto 80% of INR 3,30,00,000/- (Thirty Three Crores only/-) before TCIL submits the bid to end client. The EMD submitted by successful bidder should be valid for a period of 210 days from the submission of EoI. EMD will be refunded to the bidder within 30 (Thirty) days after the release of TCIL s EMD by the end client. (b) An undertaking signed by authorized signatory (on the company letterhead) that this EMD would be submitted before TCIL submits the tender response to the end client (MahaIT) The format for EMD for Bank Guarantee is placed at Annexure I of the EOI. 10

11 IV. Specific Pre-Qualification for Consortium partner(s) for Package B OFC & Package C OFC: Sr. 1. The bidder or the consortium partner(s) should have an average annual turnover of at least: Rs. 500 crore for each Packages in the last three (3) audited financial years ( , and ) Note: Turnover considered would be a consolidated turnover of the company. In case of the subsidiary, the turnover of the parent company shall also be taken into consideration for determining the fulfillment of this condition. However, in case of bids, where for the fulfillment of turnover eligibility requirement, turnover of parent company being submitted, then the bidder shall submit a declaration cum an undertaking from authorized signatory of the parent company stating that they (the parent company) shall support and take responsibility to enable its subsidiary company (the bidder) to perform the contractual obligation. 2. The bidder or the consortium partner(s) should have a cumulative experience as per the below mentioned scope of work in last 5 years as on bid submission date. Experience of Laying, Installation, Testing and Commissioning of Optical Fibre Cable (Underground and Aerial), PLB Duct, Quad, PIJF, Signaling Cable and accessories of at least 5,000 route km. 3. Bidder should provide Solvency Certificate as per the last audited financial year and should be for at least INR 200 Crores for each Packages a) Audited financial statements for the last three financial years ( , and ). b) Certificate from the Statutory Auditor/Company Secretary on turnover details for the last three (3) financial years ( , and ). c) Undertaking, if applicable from parent company duly signed by the authorized signatory Completion Certificate issued and signed by the competent authority of the client entity along with the supporting documents such as Work order/purchase order OR Contract clearly highlighting the scope of work Bill of Material and value of the contract/ order. In case of ongoing project/s, then a certificate from the Client must be submitted stating the completion of the requisite eligibility criteria laid down in this Tender has been completed by the bidder in its ongoing project. Solvency certificate from Banker 11

12 4. Bidder should have minimum net worth equivalent to INR 200 Crores for each Packages as per the last audited ( ) financial figures. 5. OEM shall ensure that all equipment / components / sub-components being supplied by them shall be supported for the entire contract period. If the same is de-supported by the OEM for any reason whatsoever, the bidder shall replace it with an equivalent or better substitute that is acceptable to End Client (MahaIT)/TCIL without any additional cost to End Client (MahaIT)/TCIL and without impacting the performance of the solution in any manner whatsoever. 6. Product OEM qualification OFC i) The OFC manufacturer should have Infrastructure Assessment (IA) certificate issued by BSNL QA, Bangalore for manufacturing capacity of minimum 50,000 cable km per annum for minimum 48F type cables ii) The OFC manufacturer should use ITU-T grade G.652.D and G.657.A1 optical fibre, sourced from CACT approved indigenous sources. iii) The OFC Manufacturer should not be blacklisted for Telecom business by any Central/ State Government or Govt. PSU for Telecom or OFC business as on the date of bid submission iv) The OFC manufacturer should have valid ISO 9001 and TL9000 certification in its name with no prior history of withdrawal. v) The OFC manufacturer should have supplied a cumulative of at least 50,000 cable kms of minimum 24F and above OFC, to Telecom Companies (Private Telecom Operators, PSUs and Government Telecom Operators), including Certificate from statutory auditor/ Chartered Accountant Documentary evidences such as Authorization letters MAF (Manufacturers Authorization Form) from all OEM/Vendors whose products are being quoted by the Bidder need to be attached in the bid. Certificate from Authorized Signatory of the bidder mentioning the turnover in the last three financial years. For listed entities, in case the published audited annual reports contain the detailed breakup of financial as required, a copy of such annual reports certified by the authorized signatory may be provided. CACT certificate to be submitted. Copy of PO/Contract/Agreement with the client along with certificate from client on their letterhead with details of quantity supplied. A certificate from the statutary auditor/ Chartered Accountant of the bidder regarding networth as on 31st March

13 Cumulative of at least 7,000 km of minimum 48F and above Ribbon OFC in India during the last three financial years (i.e., FY14-15, FY15-16, FY 16-17). vi) The OFC Manufacturer should have cumulative annual revenue of minimum INR 400 crore from the sale of OFC during the last three financial years (i.e., FY14-15, FY15-16, FY 16-17) vii) The OFC Manufacturer should have a minimum networth of Rs 75 crore as on 31st March, A certificate from the statutary auditor/ Chartered Accountant of the bidder to this effect should be submitted. 7. (a) The Bidder shall furnish Bid Security/EMD (Refundable) of the amount INR 5,00,000/- (Five Lakhs Only) alongwith the EOI Response for each package separately. EMD will be refunded to the unsuccessful bidders within 30 (Thirty) days of completion of selection process by TCIL. The EMD may be forfeited: If bidder submits false/fake documents. If bidder withdraws their bid after submission. If the bidder doesn t submit Technical and Financial Proposal to TCIL for eventual submission to end client (MahaIT) and EMD of maximum upto 80% of INR 5,00,00,000/- (Five Crores only/-) before TCIL submits the bid to end client (as defined in 7(b)). (a) Bid Security/EMD (Refundable): INR 5,00,000/- (Five Lakhs Only) valid for a period of 30 days from the date of submission of EOI in the form of Demand Draft/ Bank Guarantee in favour of Telecommunications Consultants India Limited payable at New Delhi. (b) The successful Bidder shall furnish Bid Security/EMD in the form of DD/BG, (Refundable) as mutually decided on the basis of the scope of work, and maximum upto 80% of INR 5,00,00,000/- (Five Crores only/-) for each package separately before TCIL submits the bid to end client. (b) An undertaking signed by authorized signatory (on the company letterhead) that this EMD would be submitted before TCIL submits the tender 13

14 The EMD submitted by successful bidder should be valid for a period of 210 days from the submission of EoI. EMD will be refunded to the bidder within 30 (Thirty) days after the release of TCIL s EMD by the end client. response to the end client (MahaIT) The format for EMD for Bank Guarantee is placed at Annexure I of the EOI. Submission of Expression of Interest (EoI) The bidders meeting the above mentioned pre-qualification criteria may refer the tender document and its corrigendum s (TENDER Ref No MahaIT/CNI/001/01/2018 dated ) at for preparation of their technical and financial proposal. The bidders shall strictly submit the Pre-Qualification (EOI) Response as per the formats provided in the mentioned EOI in the Envelope marked Pre-Qualification response containing: EMD of Rs. 5,00,000/- (Five Lakhs only/-) for each package separately General Prequalification documents Specific Pre-Qualification documents for the packages (Package A OFC/ Package A Active Components/ Package B/ Package C/ any combination thereof) Evaluation Procedure 1. EOI without EMD would be summarily rejected. 2. In First stage of evaluation, the documents related to the Pre-qualification criteria, including presence of valid EMD would be evaluated. 3. In the Second stage of evaluation, TCIL will ask qualified bidders to submit Technical & Financial proposal as per the MahaIT tender alongwith the required packagewise EMD. The Technical proposal must be as per the requirements of MahaIT tender and its subsequent corrigendum s especially w.r.t compliance to specifications, Terms & Conditions, Un-priced BoQ with make and model of the equipments. 4. Evaluation of Financial Proposal: In the final stage of evaluation, TCIL will open and evaluate the financial proposals of the technically qualified bidders. The bidder whose bid cost is lowest (L1 bidder) will be chosen 14

15 as pre-tender tie-up/consortium partner of TCIL for eventually submitting the bid to end client (MahaIT). The price quoted by the successful bidder can be further optimized and made competitive before bidding. However, under no circumstances successful bidder would be allowed to increase the quoted price. Note: 1. TCIL reserves the right to accept or reject the response against this EOI, without assigning any reasons. The decision of TCIL is final and binding on the participants. 2. The evaluation committee will determine whether the proposal/ information are complete in all respects and the decision of the evaluation committee shall be final. Companies interested in working with TCIL as a Pre-Tender tie-up/ Consortium partner(s) for participation in tender for Selection of Project Implementation Agency (PIA) for MahaNet -I (BharatNet-II) Project in Maharashtra on the basis of the above should submit their Expression of Interested (EOI) latest by up to Hrs at the address mentioned below: Mr. Sanjay Bharti Kumar Group General Manager (PAP) Room 608, 6th Floor, TCIL Bhawan, Greater Kailash I, New Delhi For any clarification, please contact the following officials: 1. Mrs. Pooja Walia, Sr. Manager (TE), 6 th Floor, TCIL Bhawan, Greater Kailash Phone: , pooja.walia@tcil-india.com 2. Mr. Divya Swarup Singh, Manager (TE), 6 th Floor, TCIL Bhawan, Greater Kailash Phone: , divyasingh@tcil-india.com 15

16 Annexure-I FORMAT OF BID BOND (EMD) Whereas. (Hereinafter called the Bidder ) has submitted its bid dated For the supply of. Vide Tender.. dated KNOW ALL MEN by these presents that WE. OF. Having our registered office at.. (hereinafter called the Bank ) are bound unt o Telecommunications Consultants India Limited (hereinafter called the Purchaser ) in the sum of Rs. for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present. THE CONDITIONS of the obligation are: 1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form or 2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity (a) fails or refuses to execute the Contract, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders. We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates. Name & Signature of witness Address of witness Signature of the Bank Authority Name Signed in Capacity of Full address of Branch Tel of Branch Fax of Branch 16

TCIL/TG-MK/006/2017/MSI-Chattisgarh Dated:

TCIL/TG-MK/006/2017/MSI-Chattisgarh Dated: TCIL/TG-MK/006/2017/MSI-Chattisgarh Dated: 08.02.2018 Sub: Expression of Interest for selection of consortium partner(s) for the tender for Selection of Master System Integrator (MSI) for BharatNet Phase-II

More information

The complete tender document is available at below mentioned websites:

The complete tender document is available at below mentioned websites: TCIL/TG/28/2018 Dated: 07.02.2018 Sub: Expression of Interest for selection of pretender tie up for Supply, Installation, Testing, Commissioning(SITC) and onsite support for Networking and Security Laboratory

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/S&TC/2017-18/EoI/BD November 13, 2017 Expression of Interest (EoI) For Supply, installation, commissioning of LAN, Wi-Fi and CCTV at one of the client location in New Delhi Telecommunications

More information

Telecommunications Consultants India Ltd. (A Government of India Enterprise) No. TCIL/13/ /S&TC/CCTV_Delhi

Telecommunications Consultants India Ltd. (A Government of India Enterprise) No. TCIL/13/ /S&TC/CCTV_Delhi No. TCIL/13/2017-18/S&TC/CCTV_Delhi 27.02.2018 Pre-bid tie-up for selection of partner for CCTV work TCIL intends to participate in one of the opportunity involving Supply, Installation, Commissioning

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

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

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5 Date of upload : 4.8.2015 SECTION-1 NOTICE INVITING TENDER 1. On line sealed Tender are invited by Chairman and Managing Director, Bharat Sanchar Nigam Limited, on rupee payment basis, from the eligible

More information

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

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No: TCIL/PC/2018-19/EoI/Shirdi Smart City June 26, 2018 Expression Of Interest (EoI) for pre-bid tie up for Shirdi Smart City tender. Telecommunications Consultants India Limited (TCIL) intends

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

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

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

More information

Sr. No. Documentary proof to be submitted ( as in RFP) Section in the Tender. Clause in RFP/ Corrigendum 1. Page No. proof to be submitted ( Revised)

Sr. No. Documentary proof to be submitted ( as in RFP) Section in the Tender. Clause in RFP/ Corrigendum 1. Page No. proof to be submitted ( Revised) Andhra Pradesh State FiberNet Limited (APSFL) Empanelment of Service Providers for Last mile Optical Fiber Connectivity for Government offices from the PoPs of AP Fibre Grid (on rate contract) Tender Ref.:

More information

Expression of Interest (EoI) For SUPPLY AND INSTALLATION OF NETWORKING EQUIPMENT (HARDWARE & SOFTWARE) at NTRO

Expression of Interest (EoI) For SUPPLY AND INSTALLATION OF NETWORKING EQUIPMENT (HARDWARE & SOFTWARE) at NTRO Expression of Interest (EoI) For SUPPLY AND INSTALLATION OF NETWORKING EQUIPMENT (HARDWARE & SOFTWARE) at NTRO Ref No.: TCIL/16/133/01/2018-WI Issue date: 09-Feb-2018 Submission Date: 1500 Hrs, 19 th February

More information

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Ref No.: C.A. No. 02/CIDCO/ACP(BP/S/GIS)/2014/Corrigendum-9 Date: 1 st January, 2015 City and Industrial Development

More information

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

Technical Enhancements and New Reports Development. For PM Module of SAP PM01 Technical Enhancements and New Reports Development For PM Module of SAP PM01 NOTICE OF INVITATIONS TO TENDERER (NIT) CONTENTS S.No. DESCRIPTION PAGE NO. NOTICE INVITING TENDER 1. Name of Work 3 2. Qualification

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

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 Contract NC-05: Design, Fabrication, Supply and Erection of Pre-Engineered Stell Building for Greater Noida Depot of Noida- SUMMARY SHEET (ADDENDUM NO.-3)

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

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (second call)

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (second call) PRE-QUALIFICATION CRITERIA: Sl No. Package Minimum value of at least one work executed in last five At least one work in hand or completed Average turnover in last five years Capital years (Rs. in Crores)

More information

/ :55 P.M :00 A.M.

/ :55 P.M :00 A.M. -1- E-TENDER NOTICE CITCO invites e-tenders from manufacturers/authorized distributors /wholesale dealers / stockiest for entering into contracts for its prestigious Hotels and other Units in Chandigarh

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

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

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

More information

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

TELECOMMUNICATIONS CONSULTANTS INDIA LTD. (A Govt. of India Enterprise)

TELECOMMUNICATIONS CONSULTANTS INDIA LTD. (A Govt. of India Enterprise) TELECOMMUNICATIONS CONSULTANTS INDIA LTD. (A Govt. of India Enterprise) TCIL Bhawan, Greater Kailash Part-I New Delhi-110048 Expression of Interest Document For Empanelment of BusinessAssociates No: TCIL/

More information

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION TENDER NOTICE Sealed Tenders are invited by the Indian Institute of Technology Bombay, from experienced advertising agencies for the publication of advertisements in newspapers for a period of one year

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

NOTICE INVITING TENDERS

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

More information

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

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

More information

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

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15 DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15 VOLUME 1 NOTICE OF INVITATIONS TO TENDERER (NIT) 1 CONTENTS S.No. DESCRIPTION PAGE

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER Board of School Education Haryana NOTICE INVITING TENDER Sealed tenders are hereby invited from experienced service providers for providing the Signal Silencer / Jammer to block voice/image transmission

More information

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: - MUNICIPAL CORPORATION, CHANDIGARH No. MCC/CAO/2018/ Dated: - To Subject: Inviting limited tender notice for engaging Chartered Accountant firm for preparation of Balance Sheet for the year 2017-18 and

More information

INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED)

INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED) INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED) (Joint Venture of TCIL A Govt. of India Enterprise & DSIIDC (An Undertaking of Delhi Govt.) REQUEST FOR QUOTATION (RFQ) For SUPPLY

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

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016 IFCI Limited Registered Office: IFCI Tower, 61, Nehru Place, New Delhi-110019. Telephone No. +91-11- 41732000, Email: nitin.bhardwaj@ifciltd.com, Website: www.ifciltd.com CIN: L74899DL1993GOI053677 TENDER

More information

TENDER FOR HIRING OF VEHICLES

TENDER FOR HIRING OF VEHICLES TENDER FOR HIRING OF VEHICLES RAJYA SABHA SECRETARIAT RAJYA SABHA TELEVISION NOTICE INVITING TENDER FOR HIRING OF VEHICLES Sealed tenders are invited under Two-bid system from reputed transporters/fleet

More information

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM Selection of Ground Handling Agent Kerala Tourism Development Corporation Hotels & Resorts Ltd invites Expression of Interest from reputed Tour operators

More information

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

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

More information

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

Central University of Orissa

Central University of Orissa Central University of Orissa (Established Under the Act of Parliament, 2009) Landiguda, Dist.Koraput, Odisha. Pin.: 764 021 06852-288209/288238, Fax.06852-288225 Ref.: CUO/Admn/Comp.&Accs./06 Dt.09.11.2017

More information

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

E-TENDER NOTICE COMPUTER STATIONERY ITEMS -1- E-TENDER NOTICE COMPUTER STATIONERY ITEMS CITCO invites e-tenders from manufacturers / authorized distributors / wholesale dealers / stockiest / reputed agencies/parties dealing in COMPUTER STATIONERY

More information

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website: Properly sealed quotations are invited for and on behalf of CNLU, by the Registrar, Chanakya National Law University, Nyaya Nagar, Mithapur, Patna - 800001 from Government of India registered Class A ISP

More information

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS Employees State Insurance Corporation Model Hospital (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/272 Fax: 080-23325130 No. 532/D/21/16/14-15 Date

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

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

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

More information

Tender Document. For. Annual Report for the year

Tender Document. For. Annual Report for the year Tender Document For Printing of 900 Nos. (750 in English + 150 in Hindi) Annual Report for the year 2015-16 Tender No: TCIL/15/1702/I/16-MM/003E Issued on: May 06, 2016 Issued By : Material Management

More information

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following:

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following: G T Road By Pass, Jalandhar-144011, Punjab (India) EPABX-0181-2690301 & 453 website: www.nitj.ac.in email: registrar@nitj.ac.in Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018

More information

NOTICE INVITING TENDER (NIT)

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

More information

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation Tender No. CWC/I-HR AUDIT/R&P/2018 Date: 07.09.2018 E-Tender Document For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation Page 1 of 41 Tender No. CWC/I-HR AUDIT/R&P/2018

More information

Government of India. Ministry of Youth Affairs and Sports. Department of Sports

Government of India. Ministry of Youth Affairs and Sports. Department of Sports Government of India Ministry of Youth Affairs and Sports Department of Sports NIT for selection of CPSU for PMC work for setting up of the proposed National Sports University, Imphal, Manipur - 1 - Important

More information

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

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

More information

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

Renewal of Group Floater Mediclaim Policy

Renewal of Group Floater Mediclaim Policy THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. NSIC BHAWAN Okhla Industrial Estate New Delhi -110 020 Invitation of offers For Renewal of Group Floater Mediclaim Policy for retired employees of The National

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 FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. VISAKH REFINERY Tender no.: 17000124-HD-46009 IMPORTANT: Please note that this is an e-public

More information

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015 NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders, in Two Bid System, from eligible

More information

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (2 nd call)

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (2 nd call) CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI 110 001. EOI Document (2 nd call) Subject :REQUEST FOR PRE-QUALIFICATION CUM EXPRESSION OF INTEREST

More information

NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI CORPORATE OFFICE A-11, Sector-24, NOIDA (U.P.

NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI CORPORATE OFFICE A-11, Sector-24, NOIDA (U.P. NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI007417 CORPORATE OFFICE A-11, Sector-24, NOIDA-201301 (U.P.) REGISTERED OFFICE SCOPE Complex, Core-III, 7, Institutional

More information

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT Page 1 of 9 INTRODUCTION AND GENERAL COMMERCIAL DETAILS 1. The tenderer shall be required to submit the

More information

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

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

More information

Short Term Tender Notice for Printing of MCP Card

Short Term Tender Notice for Printing of MCP Card NATIONAL HEALTH MISSION, PUNJAB Department of Health & Family Welfare, Punjab Ph. 0172-4012030 Short Term Tender Notice for Printing of MCP Card (Reference No. NHM/Printing/2018/01) National Health Mission,

More information

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi) DELHI INSTITUTE OF TOOL ENGINEERING (Govt. of NCT of Delhi) Wazirpur Industrial Area, Delhi-110052 Website: www.dite.delhigovt.nic.in, E-mail: ditepurchase@yahoo.co.in Short Tender Notice Tender F.No.F10

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

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan)

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan) Tender No.: TCIL/CIVIL/PD(UP)/2018/85 May 21, 2018 NOTICE INVITING TENDER Electronic tenders are invited from eligible bidders for Special Repair Works at Jawahar Navodaya Vidyalaya at Patan, Distt- Sikar

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

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

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

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA) PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA) Common Set of Deviation (CSD) Issued Post Pre-Bid Meeting Held on 23 rd April 2013, for the Project Consultancy Services for the Work of Construction

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) 1.1 GENERAL NOTICE INVITING TENDER (NIT) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders on Local Competitive Basis (LCB) from all countries and all areas, who fulfil

More information

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68. A CENTRAL WAREHOUSING CORPORATION (A GOVT.OF INDIA UNDERTAKING) CONSTRUCTION CELL SCOPE MINAR, CORE-3, 1 ST FLOOR LAXMI NAGAR DISTRICT CENTRE DELHI 110 092 TELE-FAX : 011-22464070 E.MAIL : eecwcdli@yahoo.co.in

More information

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati PAWAN HANS LIMITED (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati-781015 TENDER FOR HIRING OF VEHICLES AT PAWAN HANS LIMITED, GUWAHATI BASE, GUWAHATI 1. INTRODUCTION:-

More information

for SUPPLY OF HP TONER CARTRIDGE

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

More information

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same. CORRIGENDUM The last date for submission of Tender for Supply of Software Licenses has been extended upto October 07, 2016 by 3:00 PM due to administrative reasons and date of opening of the quotation

More information

EXPRESSION OF INTEREST (EOI) for

EXPRESSION OF INTEREST (EOI) for EXPRESSION OF INTEREST (EOI) for Design and Construction of 66 kv/11 kv Electrical Secondary Substation (SS - 3) and Associated facilities at Kempegowda International Airport, Bengaluru Bangalore International

More information

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE PROF. G. RAM REDDY CENTRE FOR DISTANCE EDUCATION (Recognised by the Distance Education Bureau, UGC, New Delhi.) Osmania University (A University with Potential for Excellence and re-accredited by NAAC

More information

ODISHA STATE MEDICAL CORPORATION LIMITED (OSMCL) No. OSMC/ /SER-HR/02 (RE-BIDDING) Date:

ODISHA STATE MEDICAL CORPORATION LIMITED (OSMCL) No. OSMC/ /SER-HR/02 (RE-BIDDING) Date: ODISHA STATE MEDICAL CORPORATION LIMITED (OSMCL) No. OSMC/2018-19/SER-HR/02 (RE-BIDDING) Date: 05.01.2019 NOTICE INVITING TENDER FOR SUPPLY OF OFFICE STATIONERY Odisha State Medical Corporation Limited

More information

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. (A Govt. of India Enterprise)

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. (A Govt. of India Enterprise) RECEIPT NO.: INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. (A Govt. of India Enterprise) 11th FLOOR, B-148, Statesman House BUILDING Barakhamba Road NEW DELHI 110 001 Tel:-011-23311263-64 www.irctc.com

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED Bhikaji Cama Place) through operational Line-2 (from Hauz Khas to INA) and construction of underground reservoir and pipe network at Kalindi Kunj Depot and related electrical works of DMRC Project Phase-III.

More information

Corporation Bank (A Premier Public Sector Bank)

Corporation Bank (A Premier Public Sector Bank) Corporation Bank (A Premier Public Sector Bank) Premises Division Head Office: P.B. No.88, Mangaladevi Temple Road, Pandeshwar, Mangalore 575 001 Tel:0824 2426416 to 2426420 Ext 391, 369 Email: ppmd@corpbank.co.in

More information

NOTICE INVITING e-tender (NIT)

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

More information

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018 ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018 1. Allahabad Bank, CBS Office, CIDCO Banking Complex II (5 th & 6 th Floor,

More information

TENDER DOCUMENT INVITATION OF TENDER FOR PRINTING OF LETTER HEADS, ENVELOPS, VISITING CARDS, TAR (DAMBAR) ENVELOPES ETC.

TENDER DOCUMENT INVITATION OF TENDER FOR PRINTING OF LETTER HEADS, ENVELOPS, VISITING CARDS, TAR (DAMBAR) ENVELOPES ETC. TENDER DOCUMENT INVITATION OF TENDER FOR PRINTING OF LETTER HEADS, ENVELOPS, VISITING CARDS, TAR (DAMBAR) ENVELOPES ETC. Tender No. AMC/MGNT SER/04-2018-2019 Dated: 11 TH December 2018 SBI Life Insurance

More information

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED Last date for submission of application : 20.01.2019 WEBEL TECHNOLOGY LIMITED

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

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

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media Tender Document No.-DMRC/PB/41730026/DM Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media NOTICE INVITING TENDER 2.0 The two proposed Metro stations for inside

More information

RE-TENDER BID DOCUMENT

RE-TENDER BID DOCUMENT Telecommunications Consultants India Ltd. (A Govt. of India Enterprise) Southern Regional Office No.20, Potters Street, Saidapet, Chennai 600 014 (India) RE-TENDER BID DOCUMENT FOR TELECOMMUNICATION WORK

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

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION GURU GOBIND SINGH INDRAPRASTHA UNIVERSITY SECTOR 16C, DWARKA, NEW DELHI 110078 Phone No. 011-25302149 011-25302150 GGSIPU/PUR/ Lab Equipments/DCPT/2013/1419 Dated: 25.02.2014 To, NOTICE INVITING QUOTATION

More information

NORTH CENTRAL ZONE CULTURAL CENTRE

NORTH CENTRAL ZONE CULTURAL CENTRE NORTH CENTRAL ZONE CULTURAL CENTRE 14, C.S.P. Singh Marg, Allahabad Phone No. 0532-2423775, Fax-2423720 SHORT TERM OPEN TENDER FORM Sealed short term open tenders are invited from local service providers/

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/23. Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator).

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/23. Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator). INVITATION FOR QUOTATION TEQIP-III/2018/gcej/Shopping/23 15-Jan-2019 To, Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator). Dear Sir, 1. You are invited to submit your

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

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to GAIL INDIA LTD.. INVITATION FOR BIDS (IFB) FOR CATHODIC PROTECTION SYSTEM WORKS FOR GAIL PETROCHEMICAL COMPLEX-II, PATA (U.P.) (BIDDING DOCUMENT NO. A096/T-205/10-11/RKS/19) (INTERNATIONAL COMPETITIVE

More information

BANK OF BARODA BOB Towers, 4 th Floor,(P&E Deptt.) Gujarat Zone Opp. NCC Headquarters, Law Garden, Ellis Bridge Ahmedabad TENDER NOTICE

BANK OF BARODA BOB Towers, 4 th Floor,(P&E Deptt.) Gujarat Zone Opp. NCC Headquarters, Law Garden, Ellis Bridge Ahmedabad TENDER NOTICE BANK OF BARODA BOB Towers, 4 th Floor,(P&E Deptt.) Gujarat Zone Opp. NCC Headquarters, Law Garden, Ellis Bridge Ahmedabad-380006 TENDER NOTICE TENDERS ARE INVITED TO AWARD COURIER SERVICE RATE CONTRACT

More information

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

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

More information

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

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

More information

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER MMTC LIMITED NEW DELHI Lodhi Road, New Delhi 110 003 No. MMTC/A 278/2001 2/CT Dated : 06.02.2014 NOTICE INVITING TENDER COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR INVERTERS INSTALLED AT THE RESIDENCE

More information

Date: 15/09/ INTRODUCTION

Date: 15/09/ INTRODUCTION Request for Quotation ( RFQ ) for sale of 1,93,72,020 equity shares of Tourism Finance Corporation of India Limited ( TFCI ), representing 24 % stake, held by IFCI Limited ( IFCI ) 1. INTRODUCTION Date:

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

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