GUJARAT STATE ELECTRICITY CORPORATION LTD. NIB & ITB for

Size: px
Start display at page:

Download "GUJARAT STATE ELECTRICITY CORPORATION LTD. NIB & ITB for"

Transcription

1 GUJARAT STATE ELECTRICITY CORPORATION LTD. NIB & ITB for Tender Bid Documents for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Sikka TPS with comprehensive O&M contract. Tender No. GSECL/PP/PII/ FGD/New units/1116 ISSUED BY Gujarat State Electricity Corporation Limited (GSECL) PROJECT & PLANNING DEPARTMENT, VIDYUT BHAVAN, RACE COURSE, VADODARA CIN: U40100GJ1993SGC Ph. No: / / Fax: Website: cepnp.gsecl@gebmail.com; acepnp.gsecl@gebmail.com; seproj2.gsecl@gebmail.com Page 1 of 54

2 INDEX Section No. Description Page No. Section-I Notice Inviting Bids (NIB) Section-II Instruction to the Bidders (ITB ) Section-III General Conditions of the Contract (GCC) Section-IV Section-V Technical Specifications and Broad Scope of Works/ Services Schedules of Price bid --to be filled-up by bidder Section-VI Different Attachments /Annexure Section-VII Scope of work for Civil works Section-VIII Scope of work for Mechanical equipment and associated system Section-IX Scope of work for Electrical system Section-X Section-XI Section-XII Scope of work for Control & Instrumentation system Scope of work for Comprehensive operation and Maintenance General Terms and conditions applicable to project (GT & CAP) Separate booklet is attached Page 2 of 54

3 GUJARAT STATE ELECTRICITY CORPORATION LTD. Tender Bid Documents for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Sikka TPS with comprehensive O&M contract. SECTION I NOTICE INVITING BIDS (NIB) Page 3 of 54

4 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Vidyut Bhavan, Race Course, Vadodara, India CIN: U40100GJ1993SGC Ph , Fax: Website: SECTION-1 (NIB) SUB: Tender for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Tender Bid Documents may be downloaded from Website (For view, down load and on-line submission) and ITB/NIB from GUVNL/GSECL websites / (For view & down load only). Tender fee & EMD shall be paid along with submission of tender documents. All the relevant documents of tenders shall be submitted in hard copy, by Registered Post or Speed Post and addressed to: The Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd., Planning & Project Department, Vidyut Bhavan, Race Course, Vadodara , Gujarat superscripting the envelope with Tender No. and Description of tender, Name of Bidder, contact numbers etc. Tender No. GSECL/PP/PII/ FGD/New units/1116 Tender Fees Amount Rs. 15,000= % GST (Rs. Fifteen Thousand (Non-Refundable) plus Eighteen Percent GST only) Estimated Cost for the said works Rs. 954=00 Crore (Rs. Nine Hundred Fifty Four Crore only) Earnest Money Deposit Rs Crore (Rs. Four Crore Twenty Four Lakh only) for WTPS and Rs Crore (Rs. Two Crore Sixty Five Lakh only) for UTPS & STPS each TPS to be paid in the form of BG. Submission of Pre-bid queries Date of Pre-bid Meeting at Hrs Venue P&P Dept, GSECL Corporate Office, Vadodara Last date of online submission of , Hrs Bid Last date of physical Technical bid Up to , 16:00 Hrs. submission (Submission of Sealed Technical Bid including Tender Fee & EMD Envelope) Date of opening of technical bid at Hrs. along with Tender Fee and EMD Envelope Date of opening of price bid Shall be intimated later Page 4 of 54

5 IMPORTANT NOTE TO BIDDERS: 1. TIMELY SUBMISSION OF OFFER TO GSECL: All the relevant documents as per requirement of the tender shall be submitted physically along with EMD in sealed cover so that the same is received in this office on or before the due date and time. All such documents should be submitted by RPAD or speed post only. Otherwise the offer will not be considered and no any further communication in the matter will be entertained. Please note that offers through COURIER SERVICE OR HAND DELIVERY will not be accepted. EMD for all three projects shall be submitted separately. No tender shall be accepted in any case after due date and time of receipt of tender, irrespective of delay due to postal or any other reasons and GSECL does not assume any responsibility for late receipt of the tender. 2. TECHNICAL BID (TECHNO-COMMERCIAL BID) TO BE SUBMITTED BOTH IN PHYSICAL AS WELL AS SOFT COPY: Technical bid (Techno-commercial bid) documents are to be submitted in hard copy in scheduled time in sealed envelope containing three (3) copies (1 Original+ 2 Copies) and soft copy of technical bid (in PDF as well as word format) only. Technical bid (Techno-commercial bid) envelope shall be superscripted as: Tender No. GSECL/PP/PII/FGD/New units/1116," Technical Bid (Techno-commercial bid) for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Sikka TPS with comprehensive O&M contract, due for opening on All the envelopes should be superscripted properly showing tender no., purpose (Main Cover/ EMD/ Technical Bid/Price Bid). Main Cover should be addressed to: The Chief Engineer (P&P), Gujarat State Electricity Corporation Limited(GSECL), Corporate Office, Vidyut Bhavan, Race Course, Vadodara and full address of the tenderer along with contact numbers should appear on the envelopes so as to identify the name of bidder who has submitted the offer. 3. Tender fee along with GST shall be paid by DD in favour of Gujarat State Electricity Corporation Limited, VADODARA as per the prescribed format. No bid shall be considered received without tender fee. At present the rate of GST on tender fees is 18% and may vary at the time of bid submission and accordingly the GST amount may vary. Bidder has to pay the GST accordingly. 4. EMD shall be submitted in separate envelope. EMD of Rs Crore (Rs. Four Crore Twenty Four Lakh only) for WTPS and Rs Crore (Rs. Two Crore Sixty Five Lakh only) for UTPS & STPS separate for each TPS are to be paid at the time of submission of technical offer in the form of BG as per the format attached as described in the respective clause of Section-2 (ITB). While submitting the Page 5 of 54

6 EMD, the tender no GSECL/PP/PII/ FGD/New Units/1116 due for opening on shall be mentioned on the envelope. Cheques are not acceptable. 5. Bidder to note that Price Bid of those bidders shall be opened who is found technically qualified and found reasonably responsive to GSECL s tender terms and conditions and scope of Works. 6. Any technical / commercial query pertaining to this tender enquiry should be referred to the Chief Engineer (P&P), Gujarat State Electricity Corporation Limited(GSECL), Corporate Office, Vidyut Bhavan, Race Course, Vadodara GSECL reserve the rights to accept / reject any or all tenders without assigning any reasons thereof. 8. Be in touch with above Websites till opening of the price bid, to know the latest status. Yours faithfully, For and behalf of Gujarat State Electricity Corporation Ltd., (K K Shah) Chief Engineer (P&P) GSECL, CO, Vadodara. Page 6 of 54

7 GUJARAT STATE ELECTRICITY CORPORATIOPN LTD. Tender Bid Documents for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Sikka TPS with comprehensive O&M contract. SECTION II INSTRUCTIONS TO THE BIDDERS (ITB) Page 7 of 54

8 Sr. No. OF CLAUSE 1.0 Tender Bid Documents for supply, installation, commissioning & testing of FGD system for 800 SECTION -II INSTRUCTION TO BIDDERS (ITB) TABLE OF CONTENT TITLE /DESCRIPTION PREAMBLE / INTENT OF SPECIFICATION; INTENT OF INSTALLATION OF FGD SYSTEM: PAGE NO. 2.0 ABOUT PROJECT SITE (APPROACH TO SITE): CONTENT OF TENDER BID DOCUMENTS: QUALIFYING REQUIREMENTS / EXPERIENCE OF BIDDER: PRE-BID CONFERENCE AND CLARIFICATION ON TENDER BID DOCUMENTS: ISSUE OF TENDER DOCUMENTS TO BIDDERS AND TENDER FEE: TIME AND DATE OF RECEIPT OF TENDERS AND TIME OF OPENING OF TECHNICAL BIDS (TECHNO-COMMERCIAL BIDS). 8.0 AMENDMENTS ON TENDER BID DOCUMENTS: BIDS TO BE SUBMITTED IN TRIPLICATE AND INFORMATION REQUIRED ON ENVELOPES: 10.0 MODE OF DESPATCH OF TENDER / BID /OFFER TENDERERS TO ENSURE TIMELY RECEIPT OF THE OFFERS 27 BY CHIEF ENGINEER (P&P), GSECL, VADODARA: 12.0 DELAYED AND LATE TENDER: OFFER TO BE MADE IN ACCORDANCE TO TENDER BID 27 DOCUMENTS: 14.0 EARNEST MONEY DEPOSIT: SECURITY DEPOSIT CUM PERFORMANCE BANK GUARANTEES (SD CUM PBG), AND FAITHFUL PERFORMANCE OF DEED(S) OF JOINT UNDERTAKING (FOR JOINT VENTURE PARTNERS): 16.0 VALIDITY: PREPARATION OF OFFER (TECHNICAL BID/ TECHNO- COMMERCIAL BID) BY BIDDER/ DOCUMENTS AND FORMATS TO BE SUBMITTED IN THE OFFER BY BIDDER : PRICES: Page 8 of 54

9 Sr. No. OF CLAUSE 19.0 Tender Bid Documents for supply, installation, commissioning & testing of FGD system for 800 TITLE /DESCRIPTION TAXES AND DUTIES AND STATUTORY VARIATIONS THEREOF: PAGE NO PAYMENT TERMS FOR SUPPLY, E&C & TESTING WORKS: PAYMENT TERMS FOR O&M TIME FOR COMMENCEMENT AND COMPLETION OF FGD SYSTEM (COMPLETION PERIOD ): LIQUIDATED DAMAGES FOR DELAYS IN COMPLETION OF SUPPLIES/SERVICES-WORKS AND SHORT FALL IN PERFORMANCE GUARANTEED PARAMETERS: OPENING OF BIDS /OFFERS: CLARIFICATIONS ON BIDS/OFFERS BY GSECL: PRELIMINARY EXAMINATION OF TECHNICAL BIDS (TECHNO-COMMERCIAL BIDS) /OFFERS BY GSECL: EVALUATION CRITERIA OF TECHNICAL BIDS (TECHNO- COMMERCIAL BIDS) /OFFERS BY GSECL: EVALUATION CRITERIA OF PRICE BIDS /OFFERS BY GSECL: 29.0 CANVASSING NOT PERMITTED: CRITERIA FOR AWARD / PLACEMENT OF ORDER : GSECL S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: 32.0 NOTIFICATION FOR PLACEMENT OF ORDER: PATENT INDEMNITY: CONTRACT AGREEMENT: INTEGRITY PACT (IP): TERMINATION OF CONTRACT ARBITRATION: JURISDICTION: Page 9 of 54

10 SECTION-II INSTRUCTIONS TO THE BIDDERS (ITB) SUB: Tender for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of 1.0 PREAMBLE / INTENT OF SPECIFICATION: Gujarat State Electricity Corporation Ltd. (GSECL), is a company promoted in 1993 by the Gujarat Urja Vikas Nigam Ltd., (GUVNL- formerly GEB) as 100% owned subsidiary. Government of Gujarat (GoG) approved GSECL as a generating company to undertake implementation of new power project consequent to the government orders for unbundling of state electricity board, all their power plants are transferred to the company raising the total generating capacity to 5226 MW. At present GSECL is having total installed capacity of 5541 MW. The company is generating power from Coal, lignite and gas as a fuel. In addition to thermal power plants, hydro, solar and wind power plants are also installed by the company. At Wanakbori TPS, there are 7 X 210 MW units, at Ukai TPS there are 2 X 200 MW, 1 X 210 MW & 1 X 500 MW units and at Sikka TPS 2x250 MW are installed & operative and 1x800 MW at Wanakbori TPS is under construction. All these units are supplied by M/s BHEL. MoEF & CC vide their notification dtd amended Environment (Protection) Rules 1986 and issued Environment (Protection) Amendment Rules As per amended rules, Thermal plants installed after 1st January 2003, up to 31st December, 2016 and Thermal plants to be installed from should meet the standards as under. A. Parameters for thermal plants to be installed from 1st January,2017 Station Date of Commissioning 1x800MW Under Wanakbori Construction Unit-8 Parameter Standards as As per MoEF & CC contract Sulphur 100 mg/ Nm³ 700 ppm Dioxide (i.e.2000 (SO₂) mg/nm³) per B. Parameter for thermal plants installed after 1st January,2003 up to 31st December, 2016 (For units having capacity of 500 MW and above) Station Date of Commissioning 1x500MW Ukai Unit Sulphur Dioxide (SO₂) Parameter Standards as per MoEF & CC As per contract 200 mg/nm³ 700 ppm (i.e.2000mg/nm³) Page 10 of 54

11 C. Parameter for thermal plants installed after 1st January,2003 up to 31st December, 2016 (For units smaller than 500 MW capacity. Station Date of commissioning 2 x 250 MW Sikka Unit - (Unit-3) 3& (Unit-4) Parameter Standards as As per per MoEF & CC contract Sulphur 600 mg/nm³ 700 ppm Dioxide (SO₂) (i.e.2000 mg/nm³) GSECL intends to appoint EPC Contractor for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Sikka TPS with comprehensive O&M contract, for meeting revised MoEF & CC norms under notification No: S.O.3305 (E) dtd: INTENT OF INSTALLATION OF FGD: The intent of this specification is to reduce the SOx emission level of 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Sikka TPS to the extent possible, as stated in table below, with the most economical and best technically compatible basis. Sr. No. Plant SOx level as per MoEF & CC norms 1 1x800 MW Wanakbori Unit mg/nm³ 2 1x 500 MW Ukai Unit mg/nm³ 3 2 x 250 MW Sikka Unit -3&4 600 mg/nm³ The units are designed for coal of sulphur content (0.57 to 0.8%) for Wankbori & Ukai TPS and (0.47 to 0.58%) for Sikka TPS. The selection of FGD system will be based on availability of space, water, raw material, disposal / selling of bi-product. Bidder has to propose most efficient and economical option amongst Wet lime stone FGD for WTPS & UTPS and Wet lime stone or sea water FGD for STPS to achieve the guaranteed parameters. All the materials /services to be provided in accordance with this tender bid documents shall be confirming in all aspects to the highest standard of engineering, design, quality and workmanship so that after completion of installation of FGD system, the said FGD system is capable of performing completely safe, reliable operation with optimum emission level, in a manner acceptable to GSECL. All material, equipment and services necessary for designing, fabrication, delivery, erection, commissioning and making FGD system ready for such safe, reliable and sustained operation considering ease of maintenance, accessibility, service life, availability etc. shall be provided by the bidder. All such requisite goods & services shall be provided by the bidder to make the system complete, whether specified or not. Page 11 of 54

12 GSECL intend to include comprehensive O&M contract (includes supply of limestone and selling / disposal of bi-products) for 03 years on firm price basis in this contract and O&M contract may be extended further 02 years slab and up to 10 years on discretion of GSECL. The bid must include all the details called for in this tender bid documents. In the technical bid, the Bidder shall furnish the complete list of proposed subcontractors / vendors for the various items, their experience and other information required to establish their capabilities and performance of equipment. Relevant Plant layout drawings have been furnished in the tender documents for the purpose of familiarization. The successful bidder shall be required to prepare additional drawings, write-ups, as may be required for the successful implementation of the complete FGD system including erection, commissioning and operation. Any deviation or variation from the scope requirement or the intent of implementation of the complete FGD system shall be clearly brought out under the schedule of Technical/Commercial deviations, irrespective of the fact that such deviation / variation may be standard practice or possible interpretation of terms of tender documents by the Bidder. In case no clear and specific deviation is taken by the bidder in the relevant schedule of Tender bid documents while making his bid proposal, it will be construed that the bidder has fully understood the intent of the specification and shall completely comply with the stipulations specified in tender documents with regard to the objective to be achieved and scope of services and supplies to be provided by him. Further, unless otherwise specifically clarified by GSECL during the bidding period, the interpretation by GSECL in respect of scope, details and services to be performed by the Bidder shall be final and binding. 2.0 ABOUT PROJECT SITE (APPROACH TO SITE): If the Bidder wishes, he may familiarize himself with the site conditions for proposed site. Accordingly the Bidder is advised to visit and examine the site and present scenario of the site conditions of the existing plants, where FGD system is to be installed & its surroundings and obtain for itself on its own responsibility for all the information that may be necessary for submitting the bid and entering into a contract for design, supply erection, commissioning testing and Comprehensive O&M contract (includes supply of limestone and selling / disposal of bi-products). The costs of visiting the site shall be borne by the bidder fully. Ignorance of site and other said conditions shall not be accepted by GSECL as basis for any claim for compensation or extension of time or loss of profits etc. and GSECL shall not be liable for the same in any manner whatsoever. The Bidder and any of its personnel or agents will be granted permission by GSECL to enter upon its premises and lands for the purpose of such inspection, but only upon the express condition that the Bidder, its personnel and agents will release and indemnify Page 12 of 54

13 GSECL and its personnel and agents from and against all liability in respect thereof and will be responsible for death or personal injury, loss of or damage to property and any other loss, damage, costs and expenses incurred as a result of the inspection. The details of project site, in brief, for Wanakbori, Ukai & Sikka TPS are as under: (1) Wanakbori TPS The Wanakbori TPS site is located on the bank of Mahi River at Wanakbori in Kheda district, Gujarat. The nearest railway station is Sevalia, 8 km away. The station has siding facilities. The railway track is broad gauge. The site is easily approachable by National Highway NH-08 at a distance of about 70 KM. The nearest town is Balasinor at a distance of approx 13 km. Nearest Airport are Vadodara and Ahmedabad at the distance of about 85 KM and 100 KM respectively from site. Nearest Sea Port are Mumbai and Kandla. (2) Ukai TPS The nearest railway station is Songadh, 10 kms away. The station has siding facilities suitable for handling project equipment. The railway track is broad gauge. The site is easily approachable by National Highway NH-08 at a distance of about 90 Kms. The nearest town is Songadh which is about 6-8 Kms away from Ukai. Nearest Airport is Surat at a distance of about 100 KM from site. Nearest Sea Port are Mumbai and Kandla. (3) Sikka TPS: The Sikka TPS site is located on the sea shore of Gulf of Kutchh at Sikka in Jamnagar district, Gujarat. The nearest railway station is Jamnagar, 30 km away. The station has siding facilities. The railway track is broad gauge. The site is easily approachable by State Highway SH-25 at a distance of about 5 KM from Sikka Village. The nearest town is Jamnagar at a distance of approx 27 km. Nearest Airport is Jamnagar at the distance of about 35 KM from site. Nearest Ports Okha and Navalakhi are located 140 km and 130 km respectively from the site. As is evident from the above, the sites of all the TPS are conveniently located for inland transportation. 3.0 CONTENT OF TENDER BID DOCUMENTS : The tenders are invited in accordance to the following documents: (A) This Tender bid documents which covers the following. Conditions mentioned in this tender bid documents shall override similar conditions mentioned in General Terms and Conditions Applicable to Projects (GT & CAP): Page 13 of 54

14 Section No. Description Section- I Notice Inviting Bids (NIB) Section-II Instruction to the Bidders (ITB ) Section-III Section-IV Section-V Section -VI Section-VII Section-VIII Section-IX Section-X Section-XI Section-XII General Conditions of the Contract (GCC) Technical Specifications and Broad Scope of Works/Services Schedule of Price bid --to be filled-up by bidder. Different Schedules /attachments of tender bid documents. Scope of work for Civil works Scope of work for Mechanical equipment and associated system Scope of work for Electrical system Scope of work for Control & Instrumentation system Scope of work for Comprehensive operation and Maintenance General Terms and conditions applicable to project (GT & CAP) (B) Section-G1 and Section-G2 of General Terms and Conditions Applicable to Projects (GT & CAP) along with its Annexure. 4.0 QUALIFYING REQUIREMENTS / EXPERIENCE OF BIDDER: Wet limestone based FGD is envisaged for Wanakbori unit No. 8 and Ukai unit No. 6, whereas Wet limestone / sea water based FGD system is envisaged for Sikka TPS unit No. 3 & 4. Bidder may quote for any one or both system for sikka TPS. The proposed FGD system is considered for technical qualification. (e.g. if bidder proposed wet FGD, QR should be considered of wet FGD and if bidder proposed sea water FGD, QR should be considered of sea water FGD.) GENERAL QUALIFYING REQUIREMENTS: The documentary evidence of the Bidder s qualifications to perform the contract, if its bid is accepted, shall establish to the GSECL s satisfaction that the Bidder has the financial, technical, production, procurement, shipping, installation and other capacities and capabilities necessary to perform the contract and meets the experience and other criteria outlined below. Please note that Joint Ventures are permitted: The Bidder shall provide satisfactory evidence that he and / or, where applicable, his collaborator / associate / partner(s) of Joint Venture: Page 14 of 54

15 (i) (ii) (iii) (iv) (v) (vi) Tender Bid Documents for supply, installation, commissioning & testing of FGD system for 800 Is a manufacturer, who regularly manufactures equipment of the type specified and / or undertakes the type of work specified and has adequate technical knowledge and relevant experience. Does not anticipate a change in ownership during the proposed period of execution of work (If such a change is anticipated, the scope and effect thereof shall be defined). Has adequate financial stability and status to meet the financial obligations pursuant to the Works covered in the Tender Documents. [The Bidders should submit Annual Reports with profit & loss account and balance sheet for the preceding three (3) financial years]. Has adequate design, manufacturing and / or fabrication capability and capacity available to perform the work properly and expeditiously within the time period specified. The evidence shall specifically cover, with written details, the installed manufacturing and/or fabrication capacities and present commitments (excluding those anticipated under this specification). If the present commitments are such that the installed capacity results in an inadequacy of manufacturing and/or fabrication capacities to meet the requirements appropriate to the works covered in his bid, then the details of alternative arrangements to be organized by the Bidder and / or his collaborator/associate for this purpose and which shall meet the Employer s approval, shall also be furnished. Has an adequate project management organization covering the areas related to engineering of equipment / systems, interface engineering, procurement of equipments and the necessary field services required for successful construction, testing and commissioning of all the related equipments and systems covered in the scope of work for this package and as required by the Tender Bid Documents. Has established quality assurance systems and organization designed to achieve high levels of equipment / system reliability, both during his manufacturing and/or fabrication and field installation activities. (vii) A company formed by the merger of two or more companies or divisions of such companies engaged in supply and installation of power generation equipments can also participate provided the constituent companies or divisions before merger individually or jointly meet the stipulated qualification requirements fully. (viii) FGD system shall have to be erected in isolation. It is not possible to match AOH & hook-up period; hence bidder has to complete all tapings with blanks in existing plant within 18 days of AOH planned anytime after 12 months of zero date. After completion of pre-commissioning 03 days shutdown shall be given for hook-up the FGD with existing plant. If this condition is not acceptable to the bidder, the offer of such bidder shall be rejected. (ix) In addition to the requirements stipulated above, the Bidder should also meet the technical and financial qualifying requirements as specified at clause no. 4.1, 4.2, 4.3, 4.4 and 4.5 & 4.6 respectively: Page 15 of 54

16 Bids submitted by a Joint Venture of two or more firms as partners shall comply with the following requirements: (i) (ii) (iii) (iv) (v) (vi) The bid shall include all the information required as described above for each Joint Venture partner. The bid shall be signed so as to be legally binding on all partners. One of the partners shall be designated as leader; this authorization shall be evidenced by submitting with the bid, a power of attorney signed by legally authorized signatories of all Joint Venture Partners. The leader shall be authorized to receive instructions for and on behalf of any and all partners of the Joint Venture and the entire execution of the contract, including payment, shall be done exclusively with the leader. All partners of the Joint Venture shall be liable jointly and severally for the execution of the Contract in accordance with the contract terms. An Original Agreement entered into by the joint venture partners as per the format provided in the Tender Documents shall be submitted with the bid. In order for joint venture to qualify, each of its partners must meet the minimum criteria listed for an individual Bidder for the component of the contract they are designated to perform. Failure to comply with this requirement will result in rejection of the Joint Venture s Bid. A firm can be a partner in only one joint venture; bids submitted by joint ventures including the same firm as partner will be rejected. (A) TECHNICAL QUALIFYING REQUIREMENTS: In addition to requirements stipulated as above the Bidder should also meet the qualifying requirements for supply, installation, commissioning & testing of FGD system stipulated hereunder in clauses 4.1, 4.2, 4.3, 4.4 as the case may be and clause no. 4.5 and clause no. 4.6 of financial criteria whichever is applicable. In respect of QR specified at 4.1, 4.2, 4.3, 4.4 hereunder, it is to be noted that the reference plant whose details have been declared in the prescribed format shall only be considered by GSECL to ascertain the meeting of QR. Bidders wishing to provide additional reference plants, are required to declare the same in similar format which shall be additionally attached in the bid offer. However, bidders are not permitted to quote/declare more than three (03) numbers of reference plants for this purpose. Bidders have to fill-up the prescribed format (Attachment No QR -1G) certifying/ confirming that the number of reference plants quoted by the bidder is not more than three (03) numbers of plants. Attachment No QR-1G: Certificate of Details of Similar Equipment Commissioned/Supplied in last ten years: A certificate confirming that the number of reference plants quoted by the bidder is not more than the number of plants as permitted in tender bid documents. Page 16 of 54

17 4.1 FGD Manufacturer (QFGDM): The Bidder should have designed, supplied, erected / supervised erection and commissioned / supervised commissioning of at least one (1) no. of Flue Gas Desulphurization in a pulverized coal fired power plant having capacity of 200 MW and above with flue gas treatment capacity not less than 12,00,000 Nm3/hr and desulphurization efficiency of at least 90%, which is in successful operation for a period not less than one (1) year prior to 30 days of initial date of Techno-Commercial bid opening. 4.2 FGD manufacturer having Collaboration & Technology Transfer Agreement with FGD manufacturer (QFGDM): OR (A) Bidder should have designed, supplied, erected / supervised erection and commissioned / supervised commissioning of at least one (1) no. of Flue Gas Desulphurization in a pulverized coal fired power plant having capacity 100 MW and above, with flue gas treatment capacity not less than 6,00,000 Nm3/hr and desulphurization efficiency of at least 85 %, which is in successful operation for a period not less than one (1) year prior to 30 days of initial date of Techno-Commercial bid opening. (B) Bidder should also have a valid ongoing collaboration and technology transfer agreement with a QFGDM meeting requirements of clause 4.1 on its own, valid minimum up to the end of the defect liability period of the contract. In such a case Bidder can either source the FGD System from such manufacturer or manufacture / get manufactured the FGD System as per the design and manufacturing drawings of such QFGDM. (C) Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and the QFGDM, in which the executants of DJU shall be jointly and severally liable to the Employer for successful performance of the contract. The DJU shall be submitted along with techno- commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected. (D) In case of award, the QFGDM will be required to furnish a bank guarantee for an amount of 5% of the total contract price of the Flue Gas Desulphurization System Package in addition to the contract performance security to be furnished by the Bidder. 4.3 Steam Generator Manufacturer / Indian JV company of (Steam Generator manufacturer or FGDM) / Indian Subsidiary company of (Steam Generator manufacturer or FGDM) with Collaboration and Technology Transfer Agreement with QFGDM: Page 17 of 54

18 (A) (i)bidder should have designed, engineered, manufactured / got manufactured, erected / supervised erection and commissioned / supervised commissioning of least one (1) no. of pulverised coal fired steam generator for 200 MW or higher capacity unit or having minimum 600T/hr steam generating capacity. Further, such Steam Generator should have been in successful operation for a period not less than one (1) year prior to 30 day of initial date of Techno-Commercial bid opening. OR (ii) The Bidder shall be a Joint Venture (JV) Company incorporated in India under the Companies Act of India, as on the date of technocommercial bid opening, promoted by (i) an Indian Company registered in India under the Companies Act of India and (ii) a Steam Generator Manufacturer meeting requirements of clause 4.3(A)(i) or a QFGDM meeting requirements of clause 4.1, created for the purpose of manufacturing/supplying in India steam generator sets/flue Gas Desulphurisation System. The Steam Generator Manufacturer/QFGDM shall maintain a minimum equity participation of 26% in the JV Company for a lock-in period of 7 years from the date of incorporation of JV Company and one of the promoters shall be a majority stakeholder who shall maintain a minimum equity participation of 51% in the JV Company for a lock in period of 7 years from the date of incorporation of JV Company or up to the end of defect liability period of the contract whichever is later. Further, Bidder should have executed/executing orders, received in the last 5 years, with the total value of such projects being INR 5,000 million or more. OR (iii) The Bidder shall be an Indian Subsidiary Company of a Steam Generator Manufacturer meeting requirements of clause 4.3(A)(i) or an Indian Subsidiary Company of a QFGDM meeting requirements of clause 4.1, registered in India under the Companies Act of India, as on the date of techno-commercial bid opening, for manufacturing/supply of Steam Generator sets/flue Gas Desulphurisation System. The subsidiary Company shall remain a subsidiary company of the Steam Manufacturer/QFGDM for a minimum period of 7 years from the date of incorporation of such Subsidiary Company or up to the end of defect liability period of the contract whichever is later. Further, Bidder should have executed/executing orders, received in the last 5 years, with the total value of such projects being INR 5,000 million or more. (B) Bidder should also have a valid ongoing collaboration and technology transfer agreement with a QFGDM meeting requirements of clause 4.1, valid minimum up to the end of the defect liability period of the contract. In such a case Bidder can either source the FGD System from such manufacturer or manufacture/get manufactured the FGD System as per the design and manufacturing drawings of such QFGDM. Page 18 of 54

19 (C) The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it, the promoter(s) having 25% or higher equity participation in the Subsidiary Company / JV Company (as the case may be) and the QFGDM, in which the executants of DJU shall be jointly and severally liable to the Employer for successful performance of the contract. The DJU shall be submitted along with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected. (D) In case of award, the QFGDM will be required to furnish a bank guarantee for an amount of 5% of the total contract price of the Flue Gas Desulphurization System Package in addition to the contract performance security to be furnished by the Bidder. 4.4 EPC Organization with Collaboration and Technology Transfer Agreement with QFGDM: (A) The Bidder should be an Engineering, Procurement and Construction (EPC) organization and should have executed, in the last 10 years, large industrial projects on EPC basis (with or without civil works) in the area of power, steel, oil & gas, petro-chemical, fertilizer, Flue Gas Desulphurisation and / or any other process industry with the total value of such projects being INR 5,000 million or more. At least one of such projects should have a contract value of INR 2,000 million or more. These projects shall be in successful operation for a period of not less than one (1) year prior to 30 day of initial date of Techno-Commercial bid opening. (B) Bidder should also have a valid ongoing collaboration and technology transfer agreement with a QFGDM meeting requirements of clause 4.1, valid minimum up to the end of the defect liability period of the contract. In such a case Bidder can either source the FGD System from such manufacturer or manufacture/get manufactured the FGD System as per the design and manufacturing drawings released by such QFGDM. (C) The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it, the promoter(s) having 25% or higher equity participation in the Subsidiary Company / JV Company (in case applicable) and the QFGDM, in which the executants of DJU shall be jointly and severally liable to the Employer for successful performance of the contract. The DJU shall be submitted along with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected. (D) In case of award, the QFGDM will be required to furnish a bank guarantee for an amount of 5% of the total contract price of the Flue Gas Desulphurization System Package in addition to the contract performance security to be furnished by the Bidder. Page 19 of 54

20 Note - common for clause 4.1, 4.2, 4.3 & 4.4: (1) In case QFGDM is a foreign manufacturer of FGD System, they should submit performance certificate regarding satisfactory operation of FGD system for more than One (1) year, commissioned during last 7 years from any end user prior to 30 day of initial date of Techno-Commercial bid opening, located in a country other than the country where the product has been manufactured. (2) QFGDM (Qualified FGD system manufacturer) means a manufacturer meeting requirement stipulated at 4.1 (3) The Bidder should also be considered qualified, in case the award for executing the reference works (Flue gas desulphurization plant) has been received by the Bidder either directly from owner of plant or intermediary organization from which it has received the order. However, a certificate from such owner of plant or any other intermediary organization shall be required to be furnished by the Bidder along with its Techno-Commercial bid in support of its claim of meeting the qualification requirement as per 4.1 or or 4.4 above. Further, certificate from owner of the plant should also be furnished by the Bidder for the successful operation of the FGD as specified at clause 4.1, 4.2, 4.3 and 4.4 above. (4) Where erection / supervision of erection and commissioning / supervision of commissioning has not been in the scope of the Bidder as mentioned in clause 4.1, 4.2 (A) & 4.3 (A) (i), the Bidder should have acted as an advisor for erection and commissioning. Necessary documents / certificates from the client, in support of above shall be furnished along with the Techno- Commercial bid. (5) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also include bituminous coal / brown coal / lignite. (6) Holding Company as a Qualified Flue Gas Desulphurization Manufacturer: (i) A Holding Company, singularly or collectively along with its Subsidiaries (held either directly or indirectly), meeting the requirements of clause 4.1 above shall also be considered as Qualified FGD Manufacturer. (ii) In such a case, if the holding company itself is not the bidder as a QFGDM, the Holding Company and all such Subsidiaries lending strength / experience to the holding company for meeting the requirement of clause 4.1 above should necessarily be part of the DJU being submitted by the Bidder for successful performance of the contract as per format enclosed in bidding documents, failing which the Bidder shall be disqualified and its bid rejected. Further, the Holding Company and all such entities lending strength / experience to the Holding Company for meeting the requirements of clause 4.1 above shall each be required to furnish Page 20 of 54

21 separate on demand bank guarantees as per the format enclosed with the bidding documents for an amount aggregating 5 % of the total contract price of the Flue Gas Desulphurization System Package divided equally among them, in addition to the contract performance security to be furnished by the Bidder. This bank guarantee requirement shall supersede bank guarantee requirement stipulated at clause 4.2, 4.3 & 4.4 for the QFGDM. (iii) In case the Holding Company itself is the Bidder as a QFGDM as per clause 4.1, the Holding Company shall submit its board resolution stating that in case of any likely change of management control of any of these subsidiaries lending strength / experience to the Holding Company for meeting the requirements of clause 4.1 above, the Bidder shall arrange for separate on demand bank guarantees as per the format enclosed with the bidding documents from all such entities lending strength / experience to the Holding Company for fulfillment of requirement of clause 4.1, above for an amount aggregating 5% of the total contract price of the Flue Gas Desulphurisation System Package divided equally among them, in addition to the contract performance security to be furnished by the Bidder before the change in management control actually occurs. (7) Technology Transfer Agreement (applicable for clause No: 4.2, 4.3 & 4.4): The technology transfer agreement between the Bidder & QFGDM shall necessarily cover transfer of technological knowhow for Flue Gas Desulphurisation System in the form of complete transfer of design dossier, design software s, drawings and documentation, quality system manuals and imparting relevant personnel training to the Indian Manufacturing Company. (B) FINANCIAL QUALIFICATION REQUIREMENTS : Bidder should meet financial qualification requirements as specified at 4.5 and / or 4.6 as applicable: 4.5 Financial QR for Bidder: (a) The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno-Commercial bid opening, should not be less than sum of total value indicated in following table for which bid is submitted. Name of TPS For Wanakbori TPS For Ukai TPS For Sikka TPS Annual turnover of the bidder in the preceding three (3) financial years as on the date of Techno-Commercial bid opening (INR) INR 130 Crores (Indian Rupees One Hundred Thirty Crores only) INR 80 Crores(Indian Rupees Eighty Crores only) INR 80 Crores(Indian Rupees Eighty Crores only) Page 21 of 54

22 (b) In case a Bidder does not satisfy the average annual turnover criteria, stipulated above on its own, its Holding Company would be required to meet the stipulated turnover requirements as above, provided that the Net Worth of such Holding Company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the Holding Company. In such an event, the Bidder would be required to furnish along with its Techno- Commercial bid, a Letter of Undertaking from the Holding Company, supported by the Holding Company s Board Resolution, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award. (c) Net worth of the bidder should not be less than 100% (hundred percent) of its paid up share capital as on the last day of the preceding financial year on the date of Techno-commercial bid opening. In case the Bidder does not meet the Net worth criteria on its own, it can meet the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of its Holding company wherever applicable. In such a case, however the Net worth of the Bidder and its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of the Holding Company, in combined manner should not be less than 100% (hundred percent) of their total paid up share capital. However individually, their Net worth should not be less than 75% (seventy five percent) of their respective paid up share capitals. For Consortiums/Joint Ventures, the Net worth of all Consortium/Joint Venture members in combined manner should not be less than 100% (hundred percent) of their paid up share capital however individually, their Net worth should not be less than 75% (seventy five percent) of their respective paid up share capitals. Net worth in combined manner shall be calculated as follows: Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100 Where X1, X2, X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals. (d) In case the Bidder is not able to furnish its audited financial statements on standalone entity basis, the unaudited unconsolidated financial statements of the Bidder can be considered acceptable provided the Bidder further furnishes the following documents for substantiation of its qualification: (i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of its Holding Company. Page 22 of 54

23 (ii) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed with the bidding documents, stating that the unaudited unconsolidated financial statements form part of the consolidated financial statements of the Holding Company. (iii) In cases where audited results for the last financial year as on the date of Techno Commercial bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case, Bidder is not able to submit the Certificate from a practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters. Further, a Certificate would be required from the CEO/CFO as per the format enclosed in the bidding documents stating that the Financial results of the Company are under audit as on the date of Techno-commercial bid opening and the Certificate from the practicing Chartered Accountant certifying the financial parameters is not available. 4.6 Financial QR for Collaborator / Associate/Joint venture company / All the partners of Joint Venture : Financial criteria of Collaborator / Associate shall be same as that for the bidder stipulated in clause 4.5 Notes - common for Financial QR Clause No. 4.5 and 4.6: (i) (ii) (iii) (iv) (v) Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus. Other income shall not be considered for arriving at annual turnover. Holding Company and Subsidiary Company shall have the meaning ascribed to them as per Companies Act of India. For turnover indicated in foreign currency, the exchange rate as on 7 days prior to the initial date of Technical Bid (Techno-Commercial bid) opening shall be considered. Every bidder shall inform their GSTIN No. of the registered place(s) wherefrom the bidder intends to supply the goods / services, meaning thereby the bidder have to supply goods / services from the relevant declared / registered place of supply only. Page 23 of 54

24 5.0 PRE-BID CONFERENCE AND CLARIFICATION ON TENDER BID DOCUMENTS: If Bidder requires any information and / or clarification on any point of technical or commercial nature pertaining to this tender document or on any of the conditions or requirements indicated in the tender documents, he shall write to the following address, in duplicate, giving reference of Tender No. GSECL/PP/PII/ FGD/New units/1116 for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of To; The Chief Engineer (P&P), GUJARAT STATE ELECTRICITY CORPORATION LIMITED (GSECL), Vidyut Bhavan, Race Course, Vadodara Phone Nos.: /2132/2131 Fax No. : Pre-bid meeting / conference in this regard is also arranged on at Hrs. at GSECL, Corporate Office, Vadodara. Bidder may send their queries well in advance so that the same can be discussed and finalized in this meeting / conference. 6.0 ISSUE OF TENDER DOCUMENTS TO BIDDERS AND TENDER FEE: Tender Bid Documents may be downloaded from Website ; (For view, down load and on-line submission) and NIB/ITB of the tender on GUVNL/GSECL websites / (For view & down load only). Tender fee & EMD shall be paid along with physical submission of tender documents. 7.0 TIME AND DATE OF RECEIPT OF TENDERS AND TIME OF OPENING OF TECHNICAL BIDS (TECHNO-COMMERCIAL BIDS). The time and date of submission of tender and date of opening Technical Bids are as under: Submission of Pre-bid queries Date of Pre-bid Meeting at Hrs Venue P&P Dept, GSECL Corporate Office, Vadodara Last date of online submission of , Hrs Bid Last date of physical Technical Up to , 16:00 Hrs. bid submission (Submission of Sealed Technical Bid including Tender Fee & EMD Envelope) Date of opening of technical bid , Hrs along with Tender Fee and EMD Envelope Date of opening of price bid Shall be intimated later Page 24 of 54

25 Technical bids (Techno-commercial bids) and Price Bids will be opened in the office of The Chief Engineer (P&P), Gujarat State Electricity Corporation Limited, Vidyut Bhavan, Race Course, Vadodara on the date and time specified above in presence of those bidders or their authorized representatives who wish to remain present. 8.0 AMENDMENTS ON TENDER BID DOCUMENTS : (a) (b) (c) (d) At any time prior to the deadline for submission of bids GSECL may, for any reason, whether at its own initiative, or in response to a clarification requested by a prospective Bidder, amend the bidding documents. The amendment on tender bid documents will be uploaded on website and GUVNL/GSECL websites / Bidders are required to download of any such amendment, and it will be assumed that the information contained therein will have been taken into account by the Bidder in its bid and will be binding on them. Bidders have to remain in continuous touch to the above mentioned web sites for any updates till final submission date. Amendment issued shall be the part of the tender. In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, the Employer may, at its discretion, extend the deadline for the submission of bids. 9.0 BIDS TO BE SUBMITTED IN TRIPLICATE AND INFORMATION REQUIRED ON ENVELOPES AND PRICE BID ONLINE: Three separate sealed covers shall be submitted in the main cover. Each and every covers should be super scribed properly showing its purpose. A. Main Cover: All the four sealed covers as specified hereunder shall be submitted in this main cover. This cover should be super scribed Tender No. Tender No. GSECL/PP/PII/ FGD/New units/1116 for supply, installation, commissioning & testing of FGD system for 800 MW Unit No. 8 of Wanakbori TPS, 500 MW Unit No. 6 of Ukai TPS and 2x250 MW Unit No. 3 & 4 of Sikka TPS with comprehensive O&M contract. Moreover, the main cover should also be super scribed as Do Not open before date Name of the bidder along with address and contact number is also required to be written at the bottom of the cover so as to identify the name of bidder who has submitted the offer. Page 25 of 54

OWNER: COASTAL GUJARAT POWER LIMITED EPC CONTRACTOR: TBD PROJECT MANAGER: THE TATA POWER COMPANY LIMITED

OWNER: COASTAL GUJARAT POWER LIMITED EPC CONTRACTOR: TBD PROJECT MANAGER: THE TATA POWER COMPANY LIMITED OWNER: COASTAL GUJARAT POWER LIMITED EPC CONTRACTOR: TBD PROJECT MANAGER: THE TATA POWER COMPANY LIMITED PROJECT: FGD (FLUE GAS DESULPHURISATION) SYSTEM MAIN PACKAGE (PACKAGE -1) AT 5X800 MW COASTAL GUJARAT

More information

OWNER: MAITHON POWER LIMITED EPC CONTRACTOR: TBD PROJECT MANAGER: THE TATA POWER COMPANY LIMITED

OWNER: MAITHON POWER LIMITED EPC CONTRACTOR: TBD PROJECT MANAGER: THE TATA POWER COMPANY LIMITED OWNER: MAITHON POWER LIMITED EPC CONTRACTOR: TBD PROJECT MANAGER: THE TATA POWER COMPANY LIMITED PROJECT: FGD (FLUE GAS DESULPHURISATION) SYSTEM MAIN PACKAGE (PACKAGE -1) AT 2 X 525 MW MAITHON POWER LIMITED

More information

(INTERNATIONAL COMPETITIVE BIDDING)

(INTERNATIONAL COMPETITIVE BIDDING) D B POWER (MADHYA PRADESH) LIMITED (DBP(MP)L) INVITAION FOR BIDS FOR COAL BASED 2 X 660 MW SUPER CRITICAL BOILER, TURBINE & GENERATOR PACKAGE WITH ASSOCIATED AUXILIAIRES (BTG) ALONGWITH SUPPLY OF MANDATORY

More information

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/OT/CS-3685, Dt : 14.01.2019 Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X Sl.No. ITEM DESCRIPTION 1 SECTION

More information

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) Ref. NTECL / C&M / NIT-154/ CS - 3257, Dt: 01.06.2018 NTPC Tamilnadu Energy

More information

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) Ref. NTECL / C&M / NIT-155/ CS - 3418, Dt: 10.07.2018 NTPC Tamilnadu

More information

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding) NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding) Ref. NTECL / C&M / OT/ CS - 3595 Dt.: 26.11.2018 NTPC Tamilnadu Energy

More information

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT (3x12.5 MW) BIDDING DOCUMENT FOR "ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) CONTRACT" SECTION I OF TENDER DOCUMENTS INVITATION

More information

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt :

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt : NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt : 26.10.2017 AMC for periodical special assistance in repair of bowl mills, Gravimetric feeder, PF pipes, PF bends,

More information

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : 29.11.2017 AMC for Bunkering Stream Equipment in CHP I N D E X Sl.No. ITEM DESCRIPTION 1. SECTION - I Notice Inviting

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

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

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

More information

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

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

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

More information

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

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name TENDER NOTICE 1 Department Name GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED 2 Circle/Division BHARUCH 3 Tender Notice No GNFC/Civil/Compound wall/2017 4 Name of Project: 5 Name of Work: Providing

More information

SECTION - I INVITATION FOR BIDS (IFB)

SECTION - I INVITATION FOR BIDS (IFB) SECTION - I INVITATION FOR BIDS PAGE 1 OF 8 NTPC-SAIL POWER COMPANY LIMITED (A Joint Venture of NTPC & SAIL) ABRIDGED INVITATION FOR BID (Domestic Competitive Bidding) for at Durgapur, West Bengal IFB

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

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

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

More information

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months TENDER NOTICE 1 Department Name GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED 2 Circle/Division BHARUCH 3 Tender Notice No GNFC/TDI-II/Boundary wall /2017 4 Name of work: Construction of Boundary

More information

Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY:

Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY: Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of

More information

Gujarat State Electricity Corporation Limited

Gujarat State Electricity Corporation Limited + Installed Gujarat State Electricity Corporation Limited An ISO-9001-2008 Certified Company Regd. Office: PROJECT & PLANNING DEPARTMENT, VIDYUT BHAVAN, RACE COURSE, VADODARA 390 007 Ph No: 0265 6612131

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

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

STANDARD BIDDING DOCUMENT (SBD)

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

More information

Section 2 - Bid Data Sheet

Section 2 - Bid Data Sheet Page 1 of 6 A. Introduction ITB 1.1 The number of the Invitation for Bids is : GETCO/ADB/TR-II/TL/220kV/S&E/2179 The Employer is: GUJARAT ENERGY TRANSMISSION CORPORATION LTD. The name of the ICB is: SUPPLY

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

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt. of West Bengal Enterprise) Office of the Chief Engineer, Tr.(O&M), Bidyut Bhaban, Block DJ, Sector II, Salt Lake, Kolkata 91 [Domestic

More information

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR BHARAT HEAVY ELECTRICALS LIMITED CENTRALISED STAMPING U & FABRICATION PLANT, TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR Tender Enquiry

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

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 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 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

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS PART II TECHNICAL SECTION CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS ( INTERNATIONALCOMPETITIVE BIDDING) FOR CENTRIFUGAL FEED PUMPS (77-G101 A/B) CHENNAI

More information

Notice Inviting Tender (NIT)

Notice Inviting Tender (NIT) TENDER NOTIFICATION NO. MEGA/CONST/PAFs/Zundal/PH-1/2018 Construction of residential quarters for PAFs of Ambedkarnagar at FP NO 28 TP scheme no 74, Survey no 276/1/3 and 279/1/9 Zundal for Ahmedabad Metro

More information

KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED

KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED # 39, Shanti gruha, Bharat Scouts and Guides Building, Palace Road, Bengaluru 560 001, Fax: 080 22257399, E-mail: agm.spkredl@gmail.com TENDER NOTIFICATION

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

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for BalmerLawrie& Co Ltd. Container Freight Station (Chennai) Tender No.BLC/CFS/ISO 14001:18001:28000/13 BALMERLAWRIE & CO. LTD. CONTAINER FREIGHT STATION [No.32, Sattangadu Village, Manali, Chennai-600068

More information

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs TENDER NOTICE 1 Department Name GUJARAT WATER SUPPLY & SEWAGE BOARD 2 Circle/Division Public Health Mechanical Circle, Vadodara Public Health Mechanical Division, Valsad 3 Tender Notice No 15/ 2015-16

More information

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) SRM E-Tender No. : MSETCL/EHV PROJECTS DN./KOP/TSS/PKG-C/T-2R/2018-19 (RFx. No. 70000010751) (Re-tender) 1.0 The Maharashtra State Electricity Transmission

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda 388239. Ph. 91-2699-235522 Fax: 91-2699-235607, e-mail: wtps.ceg@gebmail.com; wtps.se-tech@gebmail.com,

More information

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : : 1.0 INTRODUCTION: BIDDING DOC. NO. B215-000-MN-81-41-CE-T-8003 (DOMESTIC COMPETITIVE BIDDING) E-Tendering 1.1 M/s Assam Bio Refinery Pvt. Ltd. (ABRPL) is a joint venture company of M/s Chempolis Oy of

More information

TECHNICAL BID T 3469

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

More information

TENDER NOTICE No SLDC-02/18

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

More information

Section I DETAILED NOTICE INVITING TENDER

Section I DETAILED NOTICE INVITING TENDER Section I West Bengal Renewable Energy Development Agency (An organization of Department of Power and NES Government of West Bengal) BIKALPA SHAKTI BHAVAN, Plot J1/10, Block EP & GP, Sector V, Salt Lake

More information

West Bengal Renewable Energy Development Agency

West Bengal Renewable Energy Development Agency West Bengal Renewable Energy Development Agency (An organization of Department of Power and NES Government of West Bengal) BIKALPA SHAKTI BHAVAN, Plot J1/10, Block EP & GP, Sector V, Salt Lake Electronics

More information

Section VIII. Special Conditions of Contract

Section VIII. Special Conditions of Contract Section VIII. Special Conditions of Contract 8-1 Section VIII. Special Conditions of Contract The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC).

More information

TELEPHONE: (5 LINES) FAX: TENDER NO : T-14/14-15

TELEPHONE: (5 LINES)   FAX: TENDER NO : T-14/14-15 ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) ELECTRICAL DIVN./TRANSFORMER & SWITCHGEAR UNIT 5/346, OLD MAHABALIPURAM ROAD, PERUNGUDI, CHENNAI: 600 096. TELEPHONE: 24960595 (5 LINES)

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Tender Specification No.: GSECL/Fuel/Wash Coal/2011-12 (Revised) Bidding Document And Technical Specifications For Beneficiation of Coal And Supply of Beneficiated

More information

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work INDIAN OIL CORPORATION LIMITED (REFINERIES DIVISION HEAD QUARTERS) (New Delhi) (Regd. Office : G-9, Ali Yavar Jung Marg, Bandra (East) Mumbai-400051 (India) CIN - L23201MH1959GOI011388) NOTICE INVITING

More information

NOTICE INVITING BID FOR

NOTICE INVITING BID FOR NLC INDIA LIMITED (Formerly NEYVELI LIGNITE CORPORATION LIMITED) NAVRATNA GOVERNMENT OF INDIA ENTERPRISE OFFICE OF THE CHIEF GENERAL MANAGER / CONTRACTS CORPORATE OFFICE, NEYVELI 607 801. REGD. OFFICE:

More information

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

GAIL (INDIA) LIMITED

GAIL (INDIA) LIMITED GAIL (INDIA) LIMITED GAIL Complex, Vijaipur Distt. Guna, Madhya Pradesh- 473112 EXPRESS OF INTEREST FOR LEASING OF HOT TAPPING MACHINE AND THEIR ACCESSORIES ON LONG TERM BASIS EOI DOCUMENT NO : GAIL/VJPR/PL/EOI/2018-19/01

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

GUJARAT MARITIME BOARD

GUJARAT MARITIME BOARD GUJARAT MARITIME BOARD Bid Documents For CONSULTANCY SERVICES FOR STRUCTURAL DESIGN FOR MARINE AND OTHER CIVIL ENGINEERING WORKS TO BE CARRIED AT VARIOUS GMB PORTS (TECHNICAL BID) Executive Engineer (Civil)

More information

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

NTPC-SAIL POWER COMPANY (PVT.) LIMITED NTPC-SAIL POWER COMPANY (PVT.) LIMITED (A Joint Venture of NTPC & SAIL) CPP-II, Administrative Building SAIL-RSP COMPLEX, ROURKELA-769011, DISTRICT: SUNDERGARH (ODISHA) Ph. 2520644/2510355, Fax 0661 2513179

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

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

(Submission of Bid through online)

(Submission of Bid through online) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt. of West Bengal Enterprise) Office of the Chief Engineer (Procurement) CIN: U40101WB2007SGC113474 Regd. Office: VidyutBhavan (10 TH Floor),

More information

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station AT/P.O: BANHARPALI,; DIST.: JHARSUGUDA, PIN:768234(ODISHA), INDIA Tel. 06645 289354 / 289355 / 289356, Fax: 06645 289355. E mail: bn.das@opgc.co.in;bkmishra@opgc.co.in;purchase@opgc.co.in; SAFE & CLEAN

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

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

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

More information

TENDER NO. PGVCL/PROC/1Ph & 3Ph SMC Meter Box/846

TENDER NO. PGVCL/PROC/1Ph & 3Ph SMC Meter Box/846 TENDER NOTICE The Chief Engineer (Material) invites On line Tenders for the purchase of following items. Tender Papers & Specifications may be down loaded from Web site https://pgvcl.nprocure.com (For

More information

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot. Page 1 of 7 RFQ No:- Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot. ESTIMATED AMOUNT:- Rs. 1,00,000/- Tender Notice No:-

More information

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

एन.एल.स इ डय ल मट ड NLC India Limited (Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise एन.एल.स इ डय ल मट ड NLC India Limited (Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise न यव ल नई त प व य त प रय जन (2x500 म.व.) न यव ल 607 807 ई.म ल/ E.mail : gm.nntpp@nlcindia.com

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

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

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

More information

Gujarat Electricity Regulatory Commission

Gujarat Electricity Regulatory Commission TENDER DOCUMENT FOR SUPPLY OF MICROSOFT WINDOWS 10 PROFESSIONAL OPERAING SYSTEM October, 2016 Gujarat Electricity Regulatory Commission 6th Floor, GIFT ONE, Road 5C, Zone 5, GIFT City, Gandhinagar, Gujarat

More information

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH -160003 NOTICE INVITING QUOTATION FOR THE WORK Filing of TDS & GST Returns including GST-TDS AT NOTICE INVITING QUOTATION Sealed item rate quotations are invited by Airport Director, Airports Authority

More information

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

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

More information

TENDER NOTICE No. PGVCL/GPRD/008

TENDER NOTICE No. PGVCL/GPRD/008 PO NO - RFQ The Chief Engineer (Tech) - Paschim Gujarat Vij Company Limited (PGVCL) invites bids through On Line for the work Turnkey based project for Supply, Erection, Testing and commissioning of Remotely

More information

No: SDCMU/QC/72/TENDER/ 9421 / Date: 31/01/2018. TECHNICAL TENDER PART 1 (e-tender)

No: SDCMU/QC/72/TENDER/ 9421 / Date: 31/01/2018. TECHNICAL TENDER PART 1 (e-tender) SHIVAMOGGA, DAVANAGERE & CHITRADURGA DISTRICT CO- OPERATIVE MILK PRODUCERS SOCIETIES UNION LIMITED Machenahalli, Nidige (Post), Shimogga- 577 222, 08182-246161/246162/ 246163, Email: md shimul@yahoo.com,

More information

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L5R/2018

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L5R/2018 TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L5R/2018 DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF TWO SETS OF FULLY AUTOMATIC TRAIN WASH PLANT FOR AHMEDABAD METRO RAIL PROJECT PHASE-I TENDER

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

TECHNICAL BID. T 4452 (E-Tender I.D. No. ) Subject: Supply of Various Pulleys for CHP I and II of GSECL Ukai TPS. EMD D. D. No.

TECHNICAL BID. T 4452 (E-Tender I.D. No. ) Subject: Supply of Various Pulleys for CHP I and II of GSECL Ukai TPS. EMD D. D. No. GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: ukaitps@gebmail.com. Website: www.gsecl.in

More information

ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line

ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) SRM E-Tender No. T-1879/MSETCL/CO/C&M/Pretender/TKC-Lines/GEC RFx No.6000000656 1.0 The Maharashtra State Electricity Transmission Company

More information

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No ) INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No. 6000000428) 1.0 The Maharashtra State Electricity Transmission Company Limited Mumbai, herein after referred to as the Owner (MSETCL) invites

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

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

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Page 1 of 19 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ph. 91-288-2344106 Fax: 91-288-2344033, 2344071 e-mail: cegstps.gsecl@gebmail.com Website: www.gsecl.in CIN:U40100GJ1993SGC019988 TENDER BOOKLET

More information

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT GAIL INDIA LTD.. INVITATION FOR BIDS (IFB) FOR COOLING TOWER AND COOLING WATER TREATMENT PLANT FOR GAIL PETROCHEMICAL COMPLEX-II, PATA(U.P.) (BIDDING DOCUMENT NO. A096/T-157/10-11/RKS/15) (DOMESTIC COMPETITIVE

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

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY Tender Document For Engineering & Interior works including Modular office, civil and sanitary, plumbing work etc. for providing office accommodation at 2

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

BRIEF NOTICE INVITING BID

BRIEF NOTICE INVITING BID NLC TAMILNADU POWER LIMITED (NTPL) (A joint venture of Neyveli Lignite Corporation Limited and Tamilnadu Electricity Board ) Regd: Office, Neyveli House, 135, Periyar E.V.R. High Road, Chennai 600 010.

More information

TENDER FOR SALE OF EMPTY STEEL (MS) SCRAP BARRELS ON AS IS WHERE IS BASIS AT BPCL INSTALLATION AND WAREHOUSE

TENDER FOR SALE OF EMPTY STEEL (MS) SCRAP BARRELS ON AS IS WHERE IS BASIS AT BPCL INSTALLATION AND WAREHOUSE Telephone: 022-23702047 From: BPCL, Wadilube Inst. Malet Rd., Telegram : WADILUB Address: Wadibunder, Mumbai 400 009. Telex/Fax: 022-23772986 Date: 03.07.2009 Email: sandeepshamarthis@bharatpetroleum.in

More information

PURCHASE ENQUIRY. Shall contain the price bid. This envelope shall be marked PART-B as Price Bid for NIT No. 146/1700E30260 dated (PRICE BID) PART-B:

PURCHASE ENQUIRY. Shall contain the price bid. This envelope shall be marked PART-B as Price Bid for NIT No. 146/1700E30260 dated (PRICE BID) PART-B: NTPC TAMILNADU ENERGY COMPANY LTD. ( A Joint Venture of NTPC Ltd. & TNEB) Vallur Thermal Power Project Site Office: Vallur Thermal Power Project, Kuruvimedu Village, PonneriTaluk, VellivayalChavadi Post,

More information

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

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

More information

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES INVITATION FOR QUOTATIONS FOR CONSTRUCTION OF CIVIL WORKS UNDER SHOPPING PROCEDURES To Dear Sirs, Sub : INVITATION FOR QUOTATIONS FOR CONSTRUCTION

More information

TENDER NO.PGVCL/PROC/Polymeric DO Fuse/862

TENDER NO.PGVCL/PROC/Polymeric DO Fuse/862 TENDER NOTICE The Chief Engineer (Material) invites On line Tenders for the purchase of following items. Tender Papers & Specifications may be down loaded from Web site https://pgvcl.nprocure.com (For

More information

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

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

More information

Page 1 of 9 E-TENDER NO / CRFQ (INTERNATIONAL COMPETITIVE BIDDING) E-Tendering 1.0 INTRODUCTION

Page 1 of 9 E-TENDER NO / CRFQ (INTERNATIONAL COMPETITIVE BIDDING) E-Tendering 1.0 INTRODUCTION NOTICE INVITING TENDER (NIT) FOR SUPPLY OF LICENSE, BASIC ENGINEERING DESIGN PACKAGE AND OTHER RELATED SERVICES FOR GASOLINE HYDROTREATMENT UNIT (GTU) AT M/s. BHARAT PETROLEUM CORPORATION LIMITED AT MAHUL,

More information

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

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

More information

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation) ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) ELECTRICAL DIVISION SWITCHGEAR UNIT 14 MAYURBHANJ ROAD KOLKATA 700023 TELEPHONE: 24491601/24491770 FAX: 24491184 Tender No. AYCL/ED/SWG/14-16/Security

More information

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI REQUEST FOR PROPOSAL FOR APPOINTMENT OF SECRETARIAL AUDITOR FOR FY 2014-15 TO MEET THE COMPLIANCE OF SECRETARIAL AUDIT U/S 204 of the COMPANIES ACT, 2013 FOR GENERAL INSURANCE CORPORATION OF INDIA (A WHOLLY

More information

Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL. (A Govt of West Bengal Enterprise)

Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL. (A Govt of West Bengal Enterprise) Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION OF 132/33

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 Document. For. Supply and Installation of Classroom Desk & Student Chair

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair pééuiéïré xéôcéléé méëéæ±éåìaémüð AÍpÉMüsmÉlÉÉ LuÉÇ ÌuÉÌlÉqÉÉïhÉ xéçxjéélé MüÉÇcÉÏmÉÑUqÉ Indian Institute of Information Technology, Design and Manufacturing Kancheepuram, Melakkottaiyur, Chennai 600 127,

More information

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED 3 NOTICE INVITING BID NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED 05.06.2017 4 NOTICE INVITING BID CIDCO of Maharashtra Limited through the process of E-tendering invites ON LINE item

More information

MEGA/GD & AD/MP-L2/ 2016

MEGA/GD & AD/MP-L2/ 2016 TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L2/ 2016 DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF TWO SETS OF SYNCHRONISED PIT JACKS FOR LIFTING THREE CAR TRAINS AND TWO SETS OF SYNCHRONISED

More information