CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (Purchase & Stores Cell)

Size: px
Start display at page:

Download "CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (Purchase & Stores Cell)"

Transcription

1 CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (Purchase & Stores Cell) TENDER SPECIFICATION No. CESU / P&S/267/ FOR PROCUREMENT OF THREE PHASE 11/0.433 KV (Al.) Wound BEE 3 STAR RATED DISTRIBUTION TRANSFORMERS ( 25 KVA & 63KVA & 100KVA) DATE OF OPENING OF TENDER: TIME: 3.30 P.M. PLACE: IDCO Towers, 2 nd Floor, Bhubaneswar. (UNDER DESI SCHEME) 1

2 CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA IDCO TOWER, 2 nd Floor, Janpath, Bhubaneswar TELEPHONE: (0674) , , FAX: TENDER SPECIFICATION NO: - CESU/P&S/267/ CONTENTS SL. NO. DESCRIPTION PAGE NO. 01. SECTION-I: INVITATION FOR BIDS (IFB) SECTION-II: INSTRUCTION TO BIDDERS ( ITB) SECTION-III: GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) SECTION-IV: TECHNICAL SPECIFICATION 05. SECTION-V: LIST OF ANNEXURES (Schedules & Formats) 79 ANEXURE-I: Schedule of Documents enclosed 80 i) ANEXURE-II: Abstract of GCTC 81 ANNEXURE-III: Declaration Form 82 iv) ANNEXURE-IV(A):Technical Data Schedule for 25KVA v) ANNEXURE-IV(B):Technical Data Schedule for 63KVA vi) ANNEXURE-IV(C):Technical Data Schedule for 100KVA vii) ANNEXURE-V: Price Schedule 95 viii) ANNEXURE-VI(A): Technical Deviation Sheet 96 ix) ANNEXURE-VI(B): Commercial Déviation Sheet 97 x) ANNEXURE- VII : Self Déclaration form 98 xi) ANNEXURE- VIII : Performance of Materials Supplied 99 xii) ANNEXURE -IX : Format for Consortium Agreement ANNEXURE -X : Format for Power of Attorney ANNEXURE- XI : B.G. Format

3 CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head. Office : IDCO TOWER, 2 nd Floor, Janpath, Bhubaneswar Tel : , Fax : Website : No. CESU H.Qrs. / P&S / DESI / 512 / / Vol-I / / Dt CORRIGENDUM No-I ( Extension of Time Schedule for tender) Ref : (i) Our Tender Notice No. CESU H.Qrs. / P&S / DESI / 512 / / Vol-I / / Dt, for supply of Distribution Transformers, Power Transformers & AB Cables. Inviting reference to the above tender notice published earlier in The Samaj (Oriya), Sambada (Oriya), The Times of India, The Hindu, on Dt , the prospective bidders may note that the last date of beginning of sale, closing of sale, submission & opening of bids are extended as follows. Group No. : Tender Specification No. Item No. Name of the material Date & Time of closing of sale of Tender Document Last Date & Time of Submission of bids. Date & Time of opening of bids. A : CESU/P&S/266/ Distribution Transformers : Single phase, 11/0.25KV, 16KVA Dt /4.00. P.M Dt /1.00. P.M Dt /3.30. P.M B : CESU/P&S/267/ Star rated Distribution Transformers : 11/0.4KV, 25KVA, 63KVA & 100KVA sizes Dt /4.00 P.M Dt /1.00. P.M Dt /3.30. P.M C : CESU/P&S/268/ D: CESU/P&S/269/ /11KV Power Transformers of 3.15MVA,& 5MVA ratings. 33/11KV 8 MVA Power Transformers Dt /4.00. P.M Dt /1.00. P.M Dt /3.30. P.M E: CESU/P&S/265/ ISI Marked 55 mm2 AAA Conductors. Dt /4.00 P.M Dt /1.00. P.M Dt /3.30. P.M F: CESU/P&S/264/ LT XLPE AB Cable : Sizes - 1CX35+1X25mm2, 3CX35+1X25mm2 ( ISI Marked) & 3CX50+1X35mm2 ( ISI Marked) Dt /4.00. P.M Dt /1.00. P.M Dt /3.30. P.M Above Tender Documents will now be available for sale at our Cash Counter & our website with effect from Dt For detail Tender Specifications, qualifying norms & other Terms and Conditions, updates & modifications to these specifications if any, please keep visiting our website cescoorissa.com. / cesuodisha.com, till the scheduled dates of opening for each items. Sd/- Chief General Manager (Purchase & Stores) 3

4 Memo No Dt Copy forwarded to the Sr. G. M (I.T) / D.M ( P.R.) / D.D.O, CESU Head Quarters for information and necessary action. The above Corrigendum to the Tender Notice at ref (i) is to be published in the News papers as above & in CESU website cescoorissa.com. with immediate effect. Copy information. submitted to the Sr. G.M ( Finance ) / C.O.O / C.P.I.O /C.E.O, CESU for favour of Sd/- Chief General Manager (Purchase & Stores) Memo No Dt Copy submitted to the F.A-cum-Additional Secretary to the Government, Department of Energy, Govt. of ODISHA with reference this office Memo no / Dt & Memo No / Dt of CEO, CESU for favour of information & necessary action. This Tender has been floated under DESI scheme to be implemented in CESU. Sd/- Chief General Manager (Purchase & Stores) 4

5 CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: 2nd Floor, IDCO Towers, Janapath,Bhubaneswar Phone: , Fax: ( Purchase & Stores Cell ) COMMON TENDER NOTICE UNDER DESI SCHEME No: CESU Hqrs. / P&S / DESI Tender / / Dt For and on behalf of the CESU, the undersigned invites sealed tenders in duplicate on two part bidding system from the eligible bidders, who comply the qualifying norms & the terms and conditions of concerned Tender Specifications for the supply of following materials super scribing the Tender Specification No., Name of the material & date of opening (as mentioned in the concerned Tender Specifications). The sale of following Tender Documents shall start with effect from Dt The tender papers can be obtained from the undersigned at the above address on payment of the cost of Tender Paper indicated below in D.D drawn on any Nationalised / Scheduled bank in favour of the CESU payable at Bhubaneswar. Hence the intending bidders can also download the tender document from our website cescoorissa.com with effect from Dt However, under such circumstances, the bidder has to furnish a Demand Draft for the cost of the Tender Paper indicated below, along with his bid, failing of which the bid will be rejected outright. The cost of tender paper is non-refundable. Group No. : Tender Specificati on No. A : CESU/P& S/266/ B : CESU/P& S/267/ C : CESU/P& S/268/ D: CESU/P& S/269/ Item No Name of the material Distribution Transformers : Single phase, 11/0.25KV, 16KVA 3 Star rated Distribution Transformers : 11/0.4KV, 25KVA 3 Star rated Distribution Transformers : 11/0.4KV, 63KVA 3 Star rated Distribution Transformers : 11/0.4KV, 100KVA 33/11KV 3.15MVA Power Transformers 33/11KV 5 MVA Power Transformers 33/11KV 8 MVA Power Transformers Qty. to be procure d Cost of Tender Document (Rs.). 8, % VAT= 8, E.M.D for quoting full quantity. ( Rs. Lakhs) E.M.D for quoting 50% of tendered quantity( Rs. Lakhs) , % VAT= , , % VAT= 10 15, , % VAT= 15, Date & Time of closing of sale of Tender Document Dt /4.00P.M Dt /4.00. P.M Dt /4.00. P.M Last Date & Time of Submissi on of bids. Dt /1.0 0.P.M Dt /1.0 0.P.M Dt /1.0 0.P.M Date & Time of opening od bids. Dt /3. 30.P.M Dt /3. 30.P.M Dt /3. 30.P.M Group No. : Tender Specificati on No. Item No. Name of the material Qty. to be procure d Cost of Tender Document (Rs.). E.M.D for quoting full tendered quantity. ( Rs. Lakhs) E.M.D for quoting 50% of tendered quantity( Rs. Lakhs) Date & Time of closing of sale of Tender Document Last Date & Time of Submissi on of bids. Date & Time of opening od bids. 5

6 E: CESU/P& S/265/ ISI Marked 55 mm2 AAA Conductors. 6000K ms. 15, % VAT= 15, Dt /4.00P.M Dt /1.0 0.P.M Dt /3. 30.P.M F: CESU/P& S/264/ LT XLPE AB Cable : Size - 1CX35+1X25mm2 LT XLPE AB Cable : Size - 3CX35+1X25mm2 ( ISI Marked) LT XLPE AB Cable : Size - 3CX50+1X35mm2 ( ISI Marked) 50Kms. 1600K ms. 1360K ms. 15, % VAT= 15, Dt /4.00. P.M Dt /1.0 0.P.M N.B : (i) Local SSI Units located in the State of Odisha / Consortium of SSI Units located in the state of Odisha, having valid registration in D.I.C / NSIC on the date of submission of the tender shall be allowed to deposit 25 % of the E.M.D amount as prescribed above. (ii) Cost of Tender Papers shall be fully exempted for the local SSI Units / Consortium of SSI units located in the State of Odisha having valid registration in D.I.C / N.S.I.C on the date of submission of the Tender. In the event of any specified date for the sale, submission or opening of bids being declared as holiday for CESU, the bids will be sold / received / opened up at the appointed time on the next working day. CESU also reserves the right to accept or reject any or all tenders without assigning any reason thereof, if the situation so warrants. For detail Tender Specifications, qualifying norms & other Terms and Conditions, updates & modifications to these specifications if any, please keep visiting our website cescoorissa.com. till the scheduled dates of opening for each items. Sd / Chief General Manager (Purchase & Stores) Memo No (7) Dt Copy forwarded to the Sr. G. M (I.T) / D.M ( P.R.) / D.D.O, CESU Head Quarters for information and necessary action. The above Tender Notice in short form is to be published in Three English News papers with All India Circulation & Two Oriya News Papers with wide circulation. Further the detail Tender Notice as above is to be published in CESU website cescoorissa.com. with immediate effect. Copy with reference to the Purchase Committee Proceeding No.189/Dt submitted to the Sr. G.M ( Finance ) / C.O.O / C.P.I.O /C.E.O, CESU for favour of information. Sd / Chief General Manager (Purchase & Stores) Memo No Dt Copy submitted to the F.A-cum-Additional Secretary to the Government, Department of Energy, Govt. of ODISHA with reference his Memo no / Dt addressed to the C.E.O, CESU for favour of information & necessary action. Sd/- Chief General Manager (Purchase & Stores) Dt /3. 30.P.M 6

7 SECTION I INVITATION FOR BIDS (IFB) 7

8 CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA INVITATION FOR BIDS (IFB) FOR SUPPLY OF THREE PHASE STAR RATED TYPE TESTED DISTRIBUTION TRANSFORMERS (COMPETITIVE BIDDING) 1.0 Scope of Supply: (Specification No. CESU/ P&S/267/ ) SECTION I For and on behalf of CESU, the undersigned invites bids under two part bidding system in double- sealed cover for the package, duly super-scribed with tender specification No., Tender Notice No., date of opening & name of materials tendered from manufacturers only for design, manufacture, supply, type testing, inspection, loading at factory, transportation & unloading at stores including guarantee obligation for Pre-Type Tested out-door, non-sealed type BEE Three Star rated Distribution Transformers of different capacities under DESI Scheme of Govt. of Odisha. 2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of Technical and Commercial Proposal and conditions / schedule of non-compliance, if any. The submission of the Bids shall be in the manner specified in Clause-8 of Section -II (Instruction to Bidders) of this Tender Document. The due date of submission shall be Dt up to 1.00 PM 3.0 CESU will not be responsible for any costs or expenses incurred by bidders in connection with the preparation and delivery of bids. 3.1 CESU reserves the right to cancel, postpone, withdraw the invitation for Bids without assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants. 8

9 4.0 Bid Security & Time Schedules: (A) QUANTITY OF MATERIALS, E.M.D, COST OF TENDER DOCUMENT & TIME SCHEDULES: Sl. No Name of the material 25 KVA,11/0.433 KV Aluminum wound 3-Star rated Transformers with oil filled upto maximum permissible level. 63 KVA,11/0.433 KV Aluminum wound 3-Star rated Transformers with oil filled upto maximum permissible level. 100 KVA,11/0.433 KV Aluminum wound 3-Star rated Transformers with oil filled upto maximum permissible level. Qty. to be procured ( In Nos.) 2000 Nos. Cost of Tender Document (Rs.). E.M.D for quoting full tendered quantity. ( Rs. Lakhs) E.M.D for quoting 50% of tendered quantity ( Rs. Lakhs) , Nos + 5% VAT= , Nos Date & Time of closing of sale of Tender Docume nt Dt / 4.00 P.M Last Date & Time of Submis sion of bids. Dt /1.00 P.M Date & Time of openin g of bids. Dt / 3.30 P.M N.B : (i) Local SSI Units located in the State of Odisha / Consortium of SSI Units located in the state of Odisha, having valid registration in D.I.C / NSIC on the date of submission of the tender shall be allowed to deposit 25 % of the E.M.D amount as prescribed above. (ii) E.M.D is payable only in shape of account payee Demand Draft in favour of the CESU: payable at Bhubaneswar only. Bids without stipulated E.M.D shall be rejected outright. (iii) Bidders are free to quote for single or multiple items. But E.M.Ds are to be furnished in shape of A/C Payee Bank Drafts for each item separately. (iv) For general bidders Cost of Tender Document as stipulated above is payable either in shape of Cash in our office cash counter or in shape of account payee demand draft in favour of the CESU, payable at Bhubaneswar Only. However the Cost of Tender Document shall be fully exempted for the local SSI Units / Consortium of SSI units located in the State of Odisha having valid registration in D.I.C / N.S.I.C on the date of submission of the Tender. B. AVAILABILITY OF TENDER DOCUMENT & TIME SCHEDULES: The Tender Documents shall be available for sale with effect from Dt The Tender Papers can be had from the undersigned from on payment of Rs.15, inclusive of VAT@5% by 9

10 Cash / Bank Draft drawn on a Nationalized Bank / Scheduled Bank in favour of CESU, payable at Bhubaneswar. Alternately, the Tender Document can be downloaded from our website within period stipulated above and submitted enclosing the Original Bank Draft towards cost of Tender Document. The bids submitted without paying the Tender Cost shall be rejected. However the Cost of Tender Document shall be fully exempted for the local SSI Units / Consortium of SSI units located in the State of Odisha having valid registration in D.I.C / N.S.I.C on the date of submission of the Tender. 5.0 Schedule of Requirements & Delivery: Item.No Item Description 25 KVA,11/0.433 KV Aluminum wound 3-Star rated Transformers with oil filled upto maximum permissible level. 63 KVA,11/0.433 KV Aluminum wound 3-Star rated Transformers with oil filled upto maximum permissible level. 100 KVA,11/0.433 KV Aluminum wound 3-Star rated Transformers with oil filled upto maximum permissible level. Total Quan tity (in Nos.) Within 90 days (Consignment-I) Due date of delivery from the date of placement of the order Within 180 days (Consignment-II) Within 270 days (Consignment-III) Within 360 days (Consignment-IV) Note: CESU may re-schedule the due date& place of delivery as per their requirement if any. 10

11 6.0 QUALIFICATION OF BIDDERS: 6.1 Criteria for qualification : Techno-Commercial: a) The bidder(s) should be a manufacturer of Pre-Type Tested 25KVA, 63KVA & 100KVA,11/0.433 KV, Alluminium wound BEE 3 Star Rated Distribution Transformers for which he submits his offer. b) The bidder has to submit authorization with reasonable validity to cover the expected delivery period under the contract, from the BEE (Bureau of Energy Efficiency), Ministry of Power, Government of India, to use Three Star Level for the Distribution Transformers offered failing which the Bid may be treated as non-responsive. c) The Bidder have to quote either 50% or 100% of the tendered quantity of the Distribution Transformers covered under this specification. The Bidder should have supplied distribution transformer of same Voltage & Current rating or higher Voltage & Current rating minimum 50% of the quoted / offered quantity during the immediate past 03 (Three) Financial Years. Bidders shall submit self attested copies of P.O. s executed successfully for the relevant Years and abstract thereof to prove the quantity as supplied. d) The bid shall be accompanied by user s certificate preferably from any Distribution Utility / State Govt./ Central Govt. or their undertaking(s) in support of satisfactory performance of their above materials supplied earlier. e) The offered materials should have been type-tested at CPRI/ Govt. approved laboratory/nabl accredited laboratory. The bid shall accompanying with type-test reports conducted at Central Power Research Institute / Govt. approved laboratory & the detail set of drawings duly approved by the Type Testing Agency, for the offered materials conducted within five years before the date of opening of the tender. Bids not accompanied with type test reports conducted within five years & the drawings of the offered Materials duly approved by the Type Testing Agency shall not be considered for evaluation. f) The bidder(s) who have earlier failed to execute the Purchase Order(s) of CESU and or black listed by CESU / any of the distribution Utility shall not be eligible to participate in this tender. g) CESU reserves the right to waive minor deviation, if they do not materially affect the capacity of the bidder to perform the contract Financial : Average Annual Turn Over of the bidders in last best 3 years out of last 5 years, shall not be less than the estimated cost of offered quantity ( i.e estimated cost of either 50% or 100 % of tendered quantity) materials. (A) The minimum average annual turn over during best 3 financial years shall be as follows:- Sl. No. 1 2 Name of Materials 25 KVA,11/0.433 KV Aluminum wound 3- Star rated Transformers with oil filled upto maximum permissible level. 63 KVA,11/0.433 KV Aluminum wound 3- Star rated Transformers with oil filled upto maximum permissible level. Minimum qualifying requirement for average turn over in last 3 years (in Rs. Crores) (For offering full Tendered Quantity i.e. 100%) Minimum qualifying requirement for average turn over in last 3 years (in Rs. Crores) (For offering 50% of tendered quantity) 9.00 Cr Cr Cr Cr. 11

12 3 100 KVA,11/0.433 KV Aluminum wound 3- Star rated Transformers with oil filled upto maximum permissible level Cr Cr. N.B. N.B : Bidders offering multiple items must meet the sum of minimum turn over requirements of above items as indicated above. Accordingly bidders must furnish self attested audited Annual Profit & Loss accounts of best 3 out of last 5 years to establish their Turn Over requirement. (B)The bidders must enclose E.M.D Drafts & Cost of Tender Documents as stipulated above along with their offer document failing which their bids may be rejected out right. (i) Intending bidders not complying with the above said criteria may not be considered for evaluation. (ii) However CESU at its discretion may relax the minimum qualifying criteria mentioned above for bidder(s). (iii)cesu reserves the right to accept or reject any or all bids without assigning any reasons if the situation so warrants Participation of SSI Units by forming a Consortiums: Two or more SSI Units having been manufacturer of tender items as per this tender specification, may form a Consortium among themselves and apply against this tender specification, provided they fulfill the following eligible criteria; 1.They should have legally valid consortium agreement as per the prescribed format for the purpose of participation in the bidding process. The total no of a consortium shall be limited to four members. 2.All members of the Consortium should be the eligible manufacturer(s) of the materials / equipments, tendered. 3.Each member should have valid statutory licenses to use ISI Mark / BEE three star or more level Certification/Type tested report for the tendered materials/equipment conducted within last five years as applicable for the tender. 4.Consortium as a whole shall meet the qualifying norms specified in the tender, they participate. 5. The lead member of the Consortium should meet at least 50% of the qualifying norms in respect to the supply experience. 6.Besides the lead member, other member(s) of the Consortium should meet at least 15% of the qualifying norms in respect to the supply experience. 7.All the Consortium member(s) shall authorize the lead partner by submitting a power of Attorney as per the prescribed format duly signed by the authorized signatories. The lead partner shall be authorized to receive instructions for and on behalf of all partners of the Consortium and entire execution of the contract. 8.The Consortium and its members shall be jointly and severally responsible and be held liable for the purpose of guaranteed obligation and any other matter as required under the contract. 12

13 9.Any member of the Consortium member(s) shall not be eligible either in an individual capacity or part of any other consortium to participate in the tender, where the said consortium participates. 10.Separate Purchase Orders will be placed to each members of the Consortium considering their offer quantity and ability to supply. Note: The prescribed formats for Consortium Agreement and Power of Attorney are provided in the tender specification as enclosures Documentation : Bidder(s) shall furnish copies of original documents defining the constitution or legal status, place of registration and principal place of business namely of Memorandum and Article of Association Written power of attorney / Board Resolution of the authorized signatory of the bid Bidders shall submit their audited financial reports for last three years prior to the year of tender. In case the Bidder is in existence for less than three years the audited financial report/s from the date of its incorporation should be furnished. However, the bidder(s) shall meet the minimum annual average turnover as mentioned in clause Copies of Purchase Orders successfully executed along with copy of SRV/Delivery Challan, Users Performance Certificate, and Type Test Report Copies of the BEE (Bureau of Energy Efficiency) Certificate, Ministry of Power, Government of India, to use Three Star Level for the Distribution Transformers offered The bidder(s) shall furnish the relevant documents to comply the qualifying requirement specified in Clause-6 of the IFB. 7.0 Bids without documentary evidence shall be treated as non-responsive, unless relaxed by the CESU. 8.0 CESU reserves the right to relax the qualifying norms without assigning any reason thereof, if the situation so warrants. 9.0 All correspondence with regard to the above shall be made to the following address: Chief General Manager (Purchase & Stores) CESU, Head Office 2 nd Floor, IDCO Towers, Bhubaneswar Ph :

14 SECTION II INSTRUCTION TO BIDDERS (ITB) 14

15 SECTION II INSTRUCTION TO BIDDERS (ITB) 1. SOURCE OF FUNDS: 1.1 CESU hereinafter referred to as the Purchaser s Representative is desirous of procurement of Distribution Transformer of different ratings for strengthening and improvement of distribution network under CESU from the funds available under DESI Scheme. 2. SCOPE OF WORK: 2.1 The scope of work in brief shall includes design, manufacture, type testing, inspection, supply, loading at factory, transportation to site & unloading at stores including guarantee and after sales service obligation of complete Pre-Type Tested, BEE Three Star rated 25KVA, 11/0.433KV (Al.) & 63KVA, 11/0.433KV (Al.) & 100KVA, 11/0.433KV (Al.) Out door type, non-sealed Distribution Transformers with oil filled up to maximum permissible level, in conformity to the technical specification enclosed herewith in Section IV. 3. DISCLAIMER: 3.1 This Document includes statements, which reflect various assumptions, which may or may not be correct. Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their own interest. 3.2 Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this Document, any matter deemed to form part of this Document, provision of Services and any other information supplied by or on behalf of Purchaser or its employees, or otherwise arising in any way from the selection process for the Supply / provision of Services for the Project. 3.3 Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy himself that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent in the following address for speedy response. CHIEF GENERAL MANAGER (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA 2 nd Floor, IDCO Towers, Janpath, Bhubaneswar Tel.: , , Fax: This document and the information contained herein are Strictly Confidential and are for use of only the person (s) to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient s professional advisors). 4 COST OF BIDDING: 4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and Purchaser will in no case be responsible or liable for those costs. 5. BIDDING DOCUMENTS: 5.1 The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In addition to the covering Letter accompanying Bidding Documents, the Bidding documents include: (a) Invitation of Bids (IFB) - Section I (b) Instruction to Bidders (ITB) - Section II (c) General Terms and Conditions of Contract (GTCC) - Section III (d) Technical Specification - Section IV (e) List of Annexures. - Section V 5.2 The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, 15

16 Terms and Specifications. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will / may result in the rejection of the Bid. 6. AMENDMENT OF BIDDING DOCUMENTS: 6.1 At any time prior to the deadline for submission of Bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by way of issuing an addendum. 6.2 The Amendment/ Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it will be binding on them. 6.3 In order to afford prospective Bidders reasonable time in which to take the Amendment into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of Bids. 7. LANGUAGE OF BID: The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that this literature is accompanied by an English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern. 8. DOCUMENTS COMPRISING THE BID: 8.1 The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I (Techno- Commercial Part), & Part-II (Price Bid) as per clause-6 of the IFB: (A) The Part-I (Techno-Commercial Part) must contain the following documents. (a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-Document (i.e. Annexure-I, II, III, IV(A), IV(B),IV(C), VI(A), VI(B), VII & VIII ) duly filled in & signed by the bidder with seal in a separate envelop super scribed as Techno- Commercial Bid. For consortiums of local SSI Units, Annexure- IX & X at Section-V of this document. (b) Requisite Bid Security (EMD) as per clause No. 4 of Section I, IFB. In a separate envelop super scribing Bid Security. (c) Requisite Cost of Tender Document i.e Rs.15, inclusive of 5% VAT in shape of Bank Draft from a Nationalized/Scheduled Bank issued in favour of CESU Payable at Bhubaneswar, if the document is downloaded from our web-site or the Original Copy of Money Receipt if the document is purchased from our Cash Counter at our Head Office. N.B.: However the Cost of Tender Document shall be fully exempted for the local SSI Units / Consortium of SSI units located in the State of Odisha having valid registration in D.I.C / N.S.I.C on the date of submission of the Tender. (d) Following Documentary evidence establishing in accordance with Clause-6 of the IFB, that the Bidder is qualified to perform the Contract if the Bid is accepted; (i) Authorization from B.E.E (Bureau of Energy Efficiency), Ministry of Power, Government of India to use B.E.E stipulated Three Star marks on the Distribution Transformers offered. (ii) Self Attested copies of Purchase Orders for 11/0.433KV, 25 KVA & 63 KVA & 100KVA or higher rated Distribution Transformers supported with Stores Receipts Vouchers/Delivery Challans executed in last 3 Years must be submitted enclosed with Annexure-VIII of this Tender Document (iii) Self attested copies of Performance Certificates from above buyers preferably from Electricity Distribution Utilities / Government 16

17 (iv) (v) Organisations. Type Test Reports from CPRI or any Government Testing Laboratory for the offered equipments along with the copies of drawings duly approved by the Type Testing Agency for the tests conducted not before 5 years from the date of opening of Bids. Copies of Audited Profit & Loss Accounts & Balance Sheet indicating Turn-over for best 3 Financial Years out of last 5 financial years. (e) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity, in accordance with clause-14. (f) Requisite Cost of Tender Document as per clause 4 of Section I, IFB in shape of account payee demand draft from a Nationalized/Schedule Bank in favour of The CESU Payable at Bhubaneswar is to be enclosed along with the Bid, if the document is downloaded from our web-site. Or else, the Original Copy of Money Receipt for the payment made towards the cost of Tender Document is to be enclosed along with Bid, if the document is directly purchased from our Cash Counter at our Head Office. (B) Part-II (Price-Bid) : Shall contain the price schedules (strictly as per prescribed format at Annexure-V) duly filled in & signed by the bidder with seal. (This shall be submitted in a double sealed envelop separately). 9. SUBMISSION OF BID : 9.1 The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause 8 above in two sealed envelops for Original & Duplicate separately, super scribing our Tender Notice No., Tender Specification No., Date of Opening & Description of Material Tendered BID SECURITY : The bidder shall submit bid security as a part of the bid in the prescribed format for the amounts mentioned in Clause No.4 of Section I The bid security is required to protect the Purchaser / it s representative against the risk of bidder s conduct, which would warrant the security s forfeiture The bid security shall be in the following form: Bid Security in the form of a demand draft in favour of CESU issued by a nationalized or scheduled bank payable/ en-cashable at Bhubaneswar. Unsuccessful bidder s bid security shall be refunded back as promptly as possible, but not later than sixty (60) days after the expiry of the period of bid validity. The successful bidder s bid security shall be discharged upon furnishing of the performance security. The bid security may be forfeited due to following reasons: 1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid form. 2) In case the successful bidder fails to accept or sign the purchase contract in specified time and / or fails to submit the requisite performance Bank guarantee. 3) In case of failure to supply the equipment during the contractual delivery period. 4) Conditional acceptance of the Purchase Contract, which is inconsistence with the tender specification. 10. BID PRICE: 10.1 Bidders have to quote for the entire quantity / 50% of the tendered quantity of equipment 17

18 covered under each item/items of this specification strictly as per the enclosed format in Annexure-V of Section-V, else the bid shall be rejected outright. The total Bid Price shall also cover all the Supplier s obligations mentioned in or reasonably to be inferred from the Bidding Documents in respect of Design, Supply, testing, inspection, Transportation to store/site, all in accordance with the requirement of Bidding Documents. The Bidder shall complete the appropriate Price Schedules included herein, stating the Unit Price for each item, including the cost of transformer Oil for the first filling up to the maximum permissible level, all other leviable taxes & duties along with rates of Taxes & duties as applicable, transportation, insurance for Destination store of CESU and thereby arriving at the total amount In case there is any increase in the number of units as compared to those mentioned in the IFB (Lot wise), the Contract Price shall be subject to increase proportionately on prorata basis The Price offered shall be inclusive of all costs as well as Taxes & Duties and Levies paid or payable during the period of contract. If the Bidder is exempted from Taxes & Duties, the same should be clearly mentioned with documentary evidence Prices quoted by the Bidder shall be FIRM and not subject to any price adjustment during the period of the Bid. A Bid submitted with an adjustable price clause will be treated as nonresponsive and rejected outright The Prices quoted in the Price Schedule shall be treated as final. The bidders should take care of specifying the break up prices along with the rates of taxes & duties in respective columns in the Price Schedule Any revised/supplementary price bids offer after the due date of opening of the price bid shall not be considered unless specifically asked by the CESU. 11. CONTRACT PRICE: 11.1 The Prices quoted for the Contract shall remain FIRM as per the above Parameters and Purchaser shall not compensate Bidder for any variations during the contractual delivery period unless otherwise specifically agreed between the Purchaser and the Bidder. 12. BID CURRENCIES: 12.1 Prices shall be quoted in Indian Rupees only. 13. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDING DOCUMENTS: 13.1 The bidder shall confirm by documentary evidence of the Good s conformity to the Bidding Documents by submitting equipment data sheets. 14. PERIOD OF VALIDITY OF BIDS: 14.1 Bids shall remain valid for 180 days from the date of opening of commercial Bids Notwithstanding Clause 14.1 above, the Purchaser may solicit the Bidder s consent to an extension of the Period of Bid Validity. The request and the responses thereto shall be made in writing or by Fax. 15. ALTERNATIVE BIDS: 15.1 Bidders shall submit Bids, which comply with the Bidding Documents. Alternative bids shall not be considered for evaluation. 16. FORMAT AND SIGNING OF BID: 18

19 16.1 The original Bid Form and accompanying documents (as specified in Clause 9 ), clearly marked Original Bid, plus one copy of the Technical and un-priced Commercial Proposal must be received by the Purchaser at the date, time and place specified pursuant to Clauses 17 and 18. The Price Bid in Original should be submitted in a separate sealed envelope marked as Price Bid. In the event of any discrepancy between the original and the copies, the original shall govern The original and the duplicate copy of the Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be indicated by written Power-of-Attorney accompanying the Bid The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. 17. SEALING AND MARKING OF BIDS: 17.1 Bid submission: One (1) original, one hard copy and a soft copy (CD) of all the Bid Documents shall be sealed and submitted to the Purchaser before the closing time for submission of the bid The Bid proposal should be divided into two parts and should be submitted in two separate sealed envelopes, addressed to Purchaser. All the envelopes should bear the Name and Address of the Bidder and marking for the Original and the duplicate copy. The envelopes should be super-scribed with the title of its contents, as follows: i) TECHNO COMMERCIAL BID ENVELOPE: Shall contain the Bid Security, Cost of Tender Document, all supporting documents for qualifying requirement of this tender as per clause-6 of the IFB, duly filled in formats Abstract of General Terms & Conditions, Self Declaration Form, Technical Data Schedule, Technical & Commercial Deviations formats, Unquoted blank Price Schedule, Schedule of Supply Experience etc. enclosed at Annexures I, II, III, IV(A), IV(B), IV (C), VI(A), VI(B), VII & VIII duly filled in & signed by the bidder with seal in a separate envelop super scribed as Techno- Commercial Bid. For consortiums of local SSI Units, Annexure- IX & X at Section-V of this document. ii) PRICE BID ENVELOPE: Shall contain the sealed Price schedules separately for each lot as per Annexure-V. (This shall be submitted in a double sealed envelope separately.) 17.3 The inner and outer envelopes shall: a) Be addressed to the purchaser at the following address: CHIEF GENERAL MANAGER, (PURCHASE & STORES) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA 2 nd Floor, IDCO Towers, Janpath, Bhubaneswar b) Bear the Project name as: Design, Manufacture, Testing, Inspection and Supply of 25KVA, 63KVA & 100KVA, 11/0.433KV (Al.) BEE, 3-Star rated Distribution Transformers in CESU as per Schedule of Requirement in Section-I) Specification No.CESU/P&S/267/ In addition to the information required in sub clause (a) and (b) above, the inner envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared Late pursuant to Clause The Bidders have the option of sending the Bids by post/ Courier services or in person. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the Purchaser to collect the proposals from Airlines/ Cargo Agents etc. shall be entertained by the Purchaser. 18. DEADLINE FOR SUBMISSION OF BIDS: 19

20 18.1 The original Bid together with required copies, must be received by the Purchaser at the address specified in Clause 17.3 not later than Hrs. (IST) on the due date as indicated in the invitation for bids The Purchaser may, at its discretion, extend the dead line for the submission of Bids by amending the Bidding Documents, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. 19. ONE BID PER BIDDER: 19.1 Each Bidder shall submit only one Bid either by himself, or as a partner in a Joint Venture. 20. LATE BIDS: 20.1 Any Bid received by the Purchaser after the deadline for submission of Bids prescribed by the Purchaser, pursuant to Clause-19, will be declared Late and rejected outright and returned unopened to the Bidder. 21. MODIFICATION AND WITHDRAWAL OF BIDS: 21.1 The Bidder may modify or withdraw his Bid after the Bid s submission, provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of Bids The Bidder s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of Clause-17 & 18. A withdrawal notice may also be sent by fax but must be followed by an original signed confirmation copy No Bid may be modified subsequent to the deadline for submission of Bids No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid form EVALUATION OF BID: 22.1 PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Purchaser s processing of Bids or award decisions may result in the rejection of the Bidder s Bid. 23. CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. 24. PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS: 24.1 Purchaser will examine the Bids to determine whether they are complete, whether any computational error have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected. In case of any column in the price schedule left blank or nil, the same shall be treated as included in the Unit Landing Price and the cost of the same shall be borne by the bidder(s). 20

21 24.3 Prior to the detailed evaluation, pursuant to Clause 25, the Purchaser will determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the Goods offered, pursuant to Clause 13. Substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviation A Bid determined as not substantially responsive will be rejected by the Purchaser and will not subsequently allowed to be made responsive by the Bidder by correction of the non conformity. 25 EVALUATION AND COMPARISON OF BIDS: 25.1 The evaluation of Bids shall be done basing on the delivered cost competitiveness basis for each item separately as specified in the tender notice The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes: In the first stage, the Bids would be subjected to a responsiveness check as detailed in the clause 24. The Technical Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as per Clause-6 of this document The Purchaser s evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause: a) Delivery Schedule: b) Deviations from Bidding Documents as mentioned in Non-Compliance Schedule. c) Past performance and capability to execute the contract. Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents. The Cost of all quantifiable deviations and omissions from the specification, terms and conditions, specified in Bidding Documents shall be evaluated. The Purchaser will make his own assessment of the cost of any deviation for the purpose of ensuring fair comparison of Bids AWARD OF CONTRACT: 26.1 CONTACTING THE PURCHASER From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the Purchaser on any matter related to the Bid, he should do so in writing Any effort by a Bidder to influence the Purchaser and / or in the Purchaser s decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder s Bid In normal circumstances the Purchaser will generally award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactory. If the lowest evaluated price (L1) of more than one responsive bidder(s) are same, then in such event the tender quantity shall be awarded in equal proportion. 21

22 However, for timely completion of project, the purchasers may split the order among the bidders (maximum three) at L1 rate. In case of splitting between two bidders, the ratio shall be 70% (L1) : 30% (L2) or the quantity offered/ quoted by the bidders whichever is less. Similarly in case of splitting among 3 bidders, the ratio shall be 50% (L1) : 30% (L2) : 20% (L3). In case L2 or L3 bidders does not agree to match the L1 prices, negotiation can be held with other techno-commercially responsive L4, L5 bidders in sequence to match L1 price (landing cost) THE PURCHASER S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OR TO RELAX ANY TERMS AND CONDITIONS: The Purchaser reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser s action In the interest of work, the Purchaser reserves the right to relax any terms and conditions without affecting the quality & price of the equipments The Purchaser will award the Contract to the successful Bidder whose Bid has been determined to be the lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. The Purchaser at its option/ discretion may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in case of the bid prices are same and early delivery is required by the owner THE PURCHASER S RIGHT TO VARY QUANTITIES: The Purchaser reserves the right to vary the quantity i.e increase or decrease the number of transformers without any change in terms and conditions at the time of placing the orders or during the execution of the Contract LETTER OF INTENT / NOTIFICATION OF AWARD: The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1). The successful Bidder shall be required to furnish a letter of acceptance within 7 days of issue of the letter of intent / Notification of Award by Purchaser PERFORMANCE SECURITY: 27.1 Within 15 days of the receipt of Notification of Award / Letter of Intent from the Purchaser, the successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed on non-judicial stamp paper worth Rs.100/- (Rupees One Hundred Only) issued by a Nationalised / Schedule Bank in favour of the Purchaser en-cashable at Bhubaneswar only for an amount of 10% (ten percent) of the Contract Price in accordance with the General Conditions of Contract in the Performance Security Form provided in Section V of Bidding Documents. The Bank Guarantee shall be valid for a period not less than 90 days over and above the Guarantee period. If the due date of delivery period has been extended, the successful bidder shall have to furnish the extended Bank guarantee to cover the entire validity period. For consortium of local SSI Units the performance Bank Guarantee as mentioned above shall be furnished separately against the purchase order placed with the individual consortium member. 28. CORRUPT OR FRAUDULENT PRACTICE: 28.1 The Purchaser requires that the Bidders observe the highest standard of ethics during the procurement and execution of the Project. In pursuance of this policy, the Purchaser: a) Defines, for the purposes of this provision, the terms set forth below as follows: 22

23 (i) (ii) Corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/ or those close to them, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; and Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Purchaser, and includes collusive practice amount Bidders (prior to or after Bid submission ) designed to establish Bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition. b) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practice in competing for the contract in question. c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded an contract if he at any time determines that the firm is engaged in corrupt or fraudulent practice in competing for, or in executing, the Contract Further more, Bidders shall be aware of the provision sated in the General Terms and Conditions of Contract LITIGATION HISTORY: The Bidder should provide accurate information on any litigation or arbitration resulting on contracts completed or under execution by him over the last three (3) years. A consistent history of awards involving litigation against the Bidder or any Partner of a consortium may result in disqualification of Bid. In this regard the bidder(s) shall furnish the self attested declaration as per the format prescribed by CESU. 23

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (CESU)

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (CESU) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA, Head Office: 2nd Floor, IDCO Towers, Janapath,Bhubaneswar-751022 Phone: 0674-2545681 / 2541727 / 2543721 Fax:0674-2 543125 (Purchase & Stores Cell) CENTRAL

More information

TENDER SPECIFICATION No.CESU/CAPEX/21/

TENDER SPECIFICATION No.CESU/CAPEX/21/ CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO TOWER, 2 nd Floor, Janpath, Bhubaneswar-751022 TELEPHONE: (0674) - 2542895, 2545681, 2541727 FAX: 0674 2543125 (Purchase & Stores Cell) CENTRAL

More information

TENDER SPECIFICATION FOR PROCUREMENT OF 33KV & 11KV SINGLE PHASE POTENTIAL TRANSFORMER FOR CAPEX PROGRAMME)

TENDER SPECIFICATION FOR PROCUREMENT OF 33KV & 11KV SINGLE PHASE POTENTIAL TRANSFORMER FOR CAPEX PROGRAMME) Western Electricity Supply Company of Odisha Limited ***************************** TENDER SPECIFICATION FOR PROCUREMENT OF 33KV & 11KV SINGLE PHASE POTENTIAL TRANSFORMER FOR CAPEX PROGRAMME) TENDER NOTICE

More information

TENDER NOTICE No. WESCO / CAPEX / 3P4W,STATIC,LTCT METERS WITH BOX/ 34 Date:

TENDER NOTICE No. WESCO / CAPEX / 3P4W,STATIC,LTCT METERS WITH BOX/ 34 Date: Western Electricity Supply Company of Odisha Limited ***************************** TENDER SPECIFICATION FOR PROCUREMENT OF 3P4W,STATIC,LTCT METERS WITH BOX(CATEGORY-A) (FOR CAPEX PROGRAMME) TENDER NOTICE

More information

TENDER SPECIFICATION FOR PROCUREMENT OF 25 KVA STAR RATED DISTRIBUTION TRANSFORMERS (FOR FLOOD DAMAGE RESTORATION WORK)

TENDER SPECIFICATION FOR PROCUREMENT OF 25 KVA STAR RATED DISTRIBUTION TRANSFORMERS (FOR FLOOD DAMAGE RESTORATION WORK) North Eastern Electricity Supply Company of Orissa Limited ***************************************** Western Electricity Supply Company of Orissa Limited ************************************** Southern

More information

TENDER SPECIFICATION FOR PROCUREMENT OF DISTRIBUTION TRANSFORMERS (3 STAR RATED) & LT XLPE AB CABLE (FOR WORK UNDER INTEGRATED ACTION) PLAN

TENDER SPECIFICATION FOR PROCUREMENT OF DISTRIBUTION TRANSFORMERS (3 STAR RATED) & LT XLPE AB CABLE (FOR WORK UNDER INTEGRATED ACTION) PLAN North Eastern Electricity Supply Company of Odisha Limited ***************************************** TENDER SPECIFICATION FOR PROCUREMENT OF DISTRIBUTION TRANSFORMERS (3 STAR RATED) & LT XLPE AB CABLE

More information

PROCUREMENT OF 11 KV INDOOR TYPE VACUUM CIRCUIT BREAKERS WITH I/D CR PANEL (Under M/R Head)

PROCUREMENT OF 11 KV INDOOR TYPE VACUUM CIRCUIT BREAKERS WITH I/D CR PANEL (Under M/R Head) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022 TENDER SPECIFICATION NO : CESU/ P&S/MR/278/ 2012-13 FOR PROCUREMENT OF 11 KV INDOOR TYPE VACUUM CIRCUIT

More information

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal UNIVERSITY OF KARACHI KARACHI Ref: P.O./2018-112488 Cost of form Rs. 2,000/= =(Non refundable) BIDDING DOCUMENT EXAMINATIONN TABLES, EXAMINATION CHAIRS, SHAMIANAS, QANATS ETC. ARE REQUIRED ON HIRING BASIS

More information

PROCUREMENT OF 11 KV INDOOR TYPE VACUUME CIRCUIT BREAKERS (Under M/R Head)

PROCUREMENT OF 11 KV INDOOR TYPE VACUUME CIRCUIT BREAKERS (Under M/R Head) CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Head Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022 TENDER SPECIFICATION NO : CESU/ P&S/MR/212/ 2011-12 FOR PROCUREMENT OF 11 KV INDOOR TYPE VACUUME CIRCUIT

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

Tender Notification for

Tender Notification for Tender Notification for SELECTION OF AGENCIES/ INTEGRATORS / BANKS FOR ESTABLISHMENT OF AUTOMATIC TELLER MACHINE (ATMS) AT BRPL PREMISES ON RENTAL BASIS NIT NO CMC/BR/15-16/ASG/VKS/397 Dt.12.05.2015 Due

More information

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF

More information

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

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

More information

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

STATE BLOOD TRANSFUSION COUNCIL, ODISHA Letter No.: 0940(3)/SBTC Dated: 04/08/ 2016 To The Advertisement Manager, The Samaja /The Sambad/ New India Express Sub: - Release of advertisement. Sir, Enclosed please find a copy of the advertisement

More information

STANDARD BIDDING DOCUMENT (SBD)

STANDARD BIDDING DOCUMENT (SBD) STANDARD BIDDING DOCUMENT (SBD) DESIGN, SUPPLY & INSTALLATION OF PLANT & EQUIPMENT (TURNKEY BASIS) STEEL AUTHORITY OF INDIA LIMITED May 2009 Instructions to Bidders (ITB) Form of Contract Agreement with

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

ADVANCED TECHNICAL TRAINING

ADVANCED TECHNICAL TRAINING ADVANCED TECHNICAL TRAINING CENTRE AN ISO 9001:2008 CERTIFIED INSTITUTE BARDANG, SINGTAM, EAST SIKKIM - 737134 Telephones: (03592) 233482/9002735427/9434035381 Email: attc.skmpoly@gmail.com COMPETITIVE

More information

4. A bid Security of US $1, must be submitted along with the bid.

4. A bid Security of US $1, must be submitted along with the bid. i Invitation for Bids (IFB) Cooperative Republic of Guyana Tender Specification Number GPL - PI - 018-2014 Engineering, Procurement and Construction of a water treatment system at Vreed-en-Hoop 1. The

More information

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department P a g e 1 Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department PART ONE (FIXED) Instructions to Bidders

More information

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT TEQIP II CELL COLLEGE OF ENGINEERING AND TECHNOLOGY Techno Campus, P.O.-Ghatikia,Bhubaneswar 751 003 FAX: 0674-2386182; E-mail: principalcet@cet.edu.in; Website: www.cet.edu.in Telephone: 0674-2386075

More information

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

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

More information

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

Information and Communication Technology Agency of Sri Lanka

Information and Communication Technology Agency of Sri Lanka Information and Communication Technology Agency of Sri Lanka BIDDING DOCUMENT Procurement of Supply, Delivery and Installation of Cluster Expandability for Critical Needs of Lanka Government Cloud - 1

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

Master Bidding Documents Procurement of Goods and User s Guide

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

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-023-2017 TENDER FOR DESIGN, MANUFACTURE, FACTORY TRAINING AND TESTING, DELIVERY, SUPERVISION OF ASSEMBLY, INSTALLATION, TESTING AND COMMISSIONING OF

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

Equip_Comp_Desktops Inst_Level_Revised

Equip_Comp_Desktops Inst_Level_Revised Bid Document Equip_Comp_Desktops Inst_Level_Revised E-1 1 NCB The National Institute of Engineering Manandavadi Road, Mysore-570 008 TEQIP Cell contact No. 0821-2480475 Fax No. 0821-2485802 BID REFERENCE

More information

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

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate i Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate NEPAL-INDIA ELECTRICITY TRANSMISSION AND TRADE PROJECT Bidding Document For Procurement of Plant Design, Supply

More information

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

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

More information

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

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

More information

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

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT National Institute of Technology, Raipur TEQIP Cell contact No. 07712254200 BID REFERENCE NO: TEQIP-III/nitr/26 NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT UNDER TECHNICAL EDUCATION QUALITY

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

TENDER SCHEDULE FOR DISPOSAL OF SUB-STANDARD SEEDS DURING COVER-A

TENDER SCHEDULE FOR DISPOSAL OF SUB-STANDARD SEEDS DURING COVER-A TENDER SCHEDULE FOR DISPOSAL OF SUB-STANDARD SEEDS DURING -2016-17 COVER-A Date of Receipt-up to 1.30 P.M, 14.09.2016 Date of Opening -3.00 P.M, 16.09.2016 Name and address of the Tenderer- Tender submitted

More information

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

More information

Procurement of Health Sector Goods

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

More information

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District The United Nations Development Program UNDP i West Bank and Gaza Avian Influenza Prevention and Control Project (AIPCP) Bidding Documents for Procurement of: Construction of Ramallah Central Veterinary

More information

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

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

More information

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES A. Introduction 1 Source of funds 2 Eligible goods and services 3 Cost of bidding B. Bidding Documents 4 Content of bidding documents 5 Clarification

More information

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

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

More information

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016 त र सनब स क द ल ल 92 Gram: CENBOSEC, Delhi-92 Email:cbsedli@nda.vsnl.net.in Website: www.cbse.nic.in CENTRAL BOARD OF SECONDARY EDUCATION (An Autonomous Organization under the Union Ministry of Human Resource

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division, Jalandhar BID DOCUMENT FOR SUPPLY OF AERIAL HYDRAULIC LADDER PLATFORMS

More information

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043, TEL (033) 2439-7415, 2439-4114, 2439-6613, 2439-7413. FAX: +91 33 2439 7632 / 5607 E-mail : braithwaite_co@yahoo.com, web site:

More information

F. No.3-43/ /S&S NATIONAL COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING (S&S Section)

F. No.3-43/ /S&S NATIONAL COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING (S&S Section) S.No Cost of Tender Document Rs.1,000/- F. No.3-43/2012-13/S&S NATIONAL COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING (S&S Section) Tender Document for supply and installation of EPABX System of 300 lines

More information

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17 i BIDDING DOCUMENT TENDER No. : ZICTA/ORD/05/17 TENDER FOR THE PROVISION OF AIR TRAVEL MANAGEMENT SERVICES ON CONTRACTUAL BASIS FOR A PERIOD OF 12 MONTHS TO THE ZAMBIA INFORMATION AND COMMUNICATIONS TECHNOLOGY

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-06-2017 TENDER FOR ASBESTOS REMOVAL AND ROOFING OF MATENDENI STAFF HOUSES & 7- FORKS PRIMARY. (EXCLUSIVE TO FIRMS OWNED BY THE WOMEN ). Kenya Electricity

More information

Procurement of Goods by Open Tender

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

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

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

More information

SECTION I TRIPURA STATE ELECTRICITY CORPORATION LIMITED

SECTION I TRIPURA STATE ELECTRICITY CORPORATION LIMITED 1.0 INTRODUCTION SECTION I TRIPURA STATE ELECTRICITY CORPORATION LIMITED NOTICE INVITING TENDER (Domestic Competitive Bidding) TSECL invites sealed Bids / Tenders in 2 (two) parts (Part I : Bid Guarantee

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION

More information

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

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM. Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ 02/069-70 For Supply and Delivery of Optical MODEM January, 2013 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,

More information

Construction of MLD Water Treatment Plant at Taba LAP

Construction of MLD Water Treatment Plant at Taba LAP ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENTS THIMPHU THROMDE BIDDING DOCUMENTS FOR SECOUND BHUTAN URBAN DEVELOPMENT PROJECT PACKAGE-VII Construction of 10.00 MLD Water Treatment Plant

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

MANGALORE REFINERY AND PETROCHEMICALS LIMITED NOTICE INVITATION FOR BIDS (IFB) FOR CAPACITY PLATFORMER-2 / CCR-2 / PSA-2 / AT MANGALURU, KARNATAKA Tenders are invited by L&T-Chiyoda Limited, Vadodara (LTC), for and on behalf of M/s Mangalore Refinery

More information

Provision of Janitorial & Related Services

Provision of Janitorial & Related Services i B I D D I N G D O C U M E N T S Issued on: 07 July 2018 for Provision of Janitorial & Related Services Ref No: RFP# 2018-11-01-02 Procuring Entity: Bank of Jamaica ii Table of Contents Part I Bidding

More information

THOOTHUKUDI CITY MUNICIPAL CORPORATION

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

More information

Bid Reference: BMSICL/ /MC-010

Bid Reference: BMSICL/ /MC-010 B I D D I N G D O C U M E N T S FOR Procurement and Rate Contracting of Medical Equipments for Government Medical Colleges and Hospitals in Bihar Bid Reference: Bihar Medical Services and Infrastructure

More information

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE ODISHA CONSTRUCTION CORPORATION LTD. (A GOVT. OF ODISHA UNDERTAKING) CENTRAL WORKSHOP, RASULGARH, * * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE The

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

NIT for Tender No. GCO 8524 P19

NIT for Tender No. GCO 8524 P19 NIT for Tender No. GCO 8524 P19 Oil India Limited, a Government of India Enterprise intends to hiring of services for upkeepment of coating material store and handling of materials located at PS-4, SEKONI,

More information

Central University of Orissa

Central University of Orissa Central University of Orissa (Established under the Central Universities Act, 2009) Landiguda, Koraput. Odisha Pin.: 764 020. Phone:06852-288235/238 Fax.06852-288225 Ref.: CUO/Admn./Water Cooler/57 Dt.23/06/2016

More information

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM Telephone: +254-0709932000 Email: procurement@ntsa.go.ke Website: www.ntsa.go.ke Hill Park Plaza 5 th Floor P.O. Box 3602-00506 Nairobi, Kenya NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR.5140

More information

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

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

More information

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

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

More information

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. NIT for Tender No. GCO 8770 P19 Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. Tender No GCO 8770 P19 Service Description Services of maintaining OIL'S

More information

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR MAHANADI BARRAGE PROJECT

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR MAHANADI BARRAGE PROJECT ODISHA CONSTRUCTION CORPORATION LTD. (A GOVT. OF ODISHA UNDERTAKING) CENTRAL WORKSHOP, RASULGARH, BHUBANESWAR-751010 (ODISHA) * * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR MAHANADI BARRAGE

More information

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,

More information

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

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

More information

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

BHEL : ROD : MUMBAI NOTICE INVITING TENDER BHEL : ROD : MUMBAI NOTICE INVITING TENDER The bidder should ensure the pre-qualification criteria set in the Technical Bid Part A before submission of the bid: Unit : ROD Mumbai Address : 15 th Floor,

More information

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018 TENDER DOCUMENT Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018 I Sealed Offers are invited for the Supply of 150 nos of Safety Gum Boots as per the SCHEDULE OF REQUIREMENT (Ref: ANNEXURE

More information

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WDF/SS/T/113/2016/2017 PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA

More information

West Bengal State Electricity Transmission Company Limited

West Bengal State Electricity Transmission Company Limited West Bengal State Electricity Transmission Company Limited (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,

More information

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

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

More information

TELEPHONE: , FAX:

TELEPHONE: , FAX: ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) ELECTRICAL DIVN.- KOLKATA OPERATION, BRENTFORD UNIT, P-25, TRANSPORT DEPOT ROAD, KOLKATA : 700 088. TELEPHONE: 24490439,65500348 FAX:

More information

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT

More information

GOVT. OF KARNATAKA. Telephones: , , Fax:

GOVT. OF KARNATAKA. Telephones: , , Fax: GOVT. OF KARNATAKA Commissioner for Public Instruction At Department of State Education Research and Training, N0. 4, 100, Feet Ring Road, Banashankari 3 rd Stage, Bangalore 560 004. Telephones: 26422372,26422374,26422375

More information

2X2000 KVA DG SETS PALANPUR

2X2000 KVA DG SETS PALANPUR TENDER DOCUMENT FOR DESIGN, SUPPLY, AND LABOUR JOB FOR INSTALLATION, TESTING AND COMMISSIONING OF 2X2000 KVA DG SETS FOR BANAS I&II DAIRY PLANT AT PALANPUR Ref: BNS/ENGG/2015/PALANPUR-DG INDEX SECTION

More information

TENDER DOCUMENT FOR SUPPLY OF ELECTROMAGNETIC BRAKES FOR 25T GANTRY CRANE FOR ANANDAPUR BARRAGE PROJECT

TENDER DOCUMENT FOR SUPPLY OF ELECTROMAGNETIC BRAKES FOR 25T GANTRY CRANE FOR ANANDAPUR BARRAGE PROJECT ODISHA CONSTRUCTION CORPORATION LIMITED CENTRAL WORKSHOP:RASULGARH, TENDER DOCUMENT FOR SUPPLY OF ELECTROMAGNETIC BRAKES FOR 25T GANTRY CRANE FOR ANANDAPUR BARRAGE PROJECT The tender document comprises

More information

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 Office of the Chief Engineer (Procurement) ABRIDGED NOTICE INVITING e-tender NIT

More information

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

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

More information

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

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

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER TRIPURA STATE ELECTRICITY CORPORATION LIMITED (TSECL) NOTICE INVITING TENDER N.I.T. No. AGM / TC / 2016 17 / 09 dated 20.07.2016. Name of work: - Procurement of Protection Equipments at different Sub-Stations

More information

RfE Package No: EESL/05/ /EMPANELMENT/ Dated

RfE Package No: EESL/05/ /EMPANELMENT/ Dated SECTION I INSTRUCTIONS TO RESPONDENT UNDERTAKING ENERGY EFFICIENCY (EE)/ENERGY CONSERVATION (EC) PROJECTS, RELATED ACTIVITIES WITH EESL. RfE Package No: EESL/05/2013-14/EMPANELMENT/ Dated 17.05.2013 Energy

More information

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/ MOMBASA Beach Hotel NGULIA Safari Lodge VOI Safari Lodge KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/2017-2018 KENYA

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Department of Electronics & Information Technology, Ministry of Communications and Information Technology, Govt. of India) Plot No.P1, Phase-1,

More information

NATIONAL COMPETITIVE BIDDING

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

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

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

More information

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR DIFFERENT PROJECTS

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR DIFFERENT PROJECTS ODISHA CONSTRUCTION CORPORATION LTD. (A GOVT. OF ODISHA UNDERTAKING) CENTRAL WORKSHOP, RASULGARH, BHUBANESWAR-751010 (ODISHA) * * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR DIFFERENT PROJECTS

More information

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

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

More information

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA Regional Office Dehradun BANK OF BARODA Regioanl Office, 410- Indra Nagar Colony, Dehradun Bank of Baroda Regional Office 410- Indra Nagar

More information

GOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE

GOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE W 2/LS GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) NAME OF WORK : PERIOD OF SALE OF : FROM BIDDING DOCUMENT TO TIME AND DATE OF : DATE TIME HOURS PRE-BID

More information

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

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

More information

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT)

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT) 1 MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT) SHORT TERM NOTICE INVITING TENDER Director & Principal, Moti Lal Nehru School of Sports, Rai, District Sonipat (Haryana)-131029 invites sealed tenders for

More information

MAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL)

MAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL) GAS L TD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR Development & Implementation of Dynamic Web Application, Hosting & AMC for UNDER LIMITED

More information