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

Size: px
Start display at page:

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

Transcription

1 CORPBANK SECURITIES LIMITED (Wholly owned subsidiary of Corporation Bank) Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai TENDER DOCUMENT Tender Reference Number:2/ Date: FOR SUPPLY OF WEB PORTAL DEVELOPMENT, STP SERVICES and VOICE RECORDING FACILITY ALONG WITH IVR & CALL CENTER FOR STOCK BROKING BUSINESS (INSTITUTIONAL) AT CORPBANK SECURITIES LTD (CBSL) AT MUMBAI From: The Company Secretary CorpBank Securities Limited Veena Chambers, Mezzanine Floor 21, Dalal Street, Fort, Mumbai Price of Tender Document : Rs.1,000/- (Rupees One thousand only)(not refundable) Earnest Money Deposit: Rs.15,000/- (Rupees Fifteen Thousand only) Parent Bank s Website: Page 1 of 49

2 Table of contents 1. INVITATION FOR BIDS SCHEDULE OF BID COLLECTION AND SUBMISSION OTHER DETAILS RELATED TO BIDDING PRE BID MEETING EARNEST MONEY DEPOSIT TENDER COST PERFORMANCE GUARANTEE TERMS OF EXCEUTION OF WORK: TERMS & CONDITIONS: LOCATION: TERMS OF PAYMENT: CANCELLATION OF CONTRACT AND COMPENSATION: ERASURES OR ALTERATIONS: APPLICABLE LAW AND JURISDICTION OF COURT: AMENDMENT OF TENDER DOCUMENT INSTRUCTIONS TO BIDDERS TWO BID SYSTEM OFFER ENVELOPE- I (Main Envelope): ENVELOPE- II : ENVELOPE- III (Technical Offer): ENVELOPE- IV (Commercial Offer): SCHEDULE OF PRODUCT/SOFTWARE REQUIREMENT SPECIFICATIONS (SRS) ELIGIBILITY CRITERIA TERMS & CONDITIONS PROPOSAL OWNERSHIP ADDRESS FOR COMMUNICATION MODIFICATION AND WITHDRAWAL OF OFFERS OPENING OF TECHNICAL OFFERS BY CORPBANK SECURITIES LIMITED PRELIMINARY SCRUTINY CLARIFICATION OF OFFERS NO COMMITMENT TO ACCEPT LOWEST OR ANY OFFER DOCUMENTATION SUBMISSION OF TECHNICAL DETAILS FORMAT FOR TECHNICAL OFFER FORMAT FOR COMMERCIAL OFFER ALTERNATIVE OFFERS COSTS & CURRENCY FIXED PRICE PRICE COMPARISON NO NEGOTIATION SHORT LISTING OF BIDDERS ISSUE OF PURCHASE ORDERS LIABILITIES OF CORPBANK SECURITIES LIMITED PROPOSAL PROCESS MANAGEMENT DOWNLOADING OF TENDER DOCUMENT FROM WEBSITE ANNEXURE A - TERMS & CONDITIONS Technical Inspection and Performance Evaluation Payment Pricing & Payments Delivery & Installation Completeness of Installation Order Cancellation Software / Product Manuals Warranty Page 2 of 49

3 9. Annual Maintenance Charges (AMC) Penalties Product Failure Indemnity Publicity Interface to Office Automation Software Guarantees Assurance Service Level Agreement: Confidentiality & Non-Disclosure Force Majeure Resolution of Disputes ANNEXURE B- UNDERTAKING FROM THE BIDDER ON THE BIDDER S LETTER HEAD ANNEXURE C - DETAILS OF ELIGIBILITY CRITERIA ANNEXURE D - TENDER OFFER COVERING LETTER ANNEXURE E - TERMS & CONDITIONS COMPLIANCE TABLE ANNEXURE F - DETAILS OF THE BIDDER ANNEXURE G - DETAILS OF TRACK RECORD ANNEXURE H - DETAILS OF SERVICE CENTRES ANNEXURE I (-a) - SPECIFICATIONS FOR WEB PORTAL DEVELOPMENT ANNEXURE I (b) - SPECIFICATIONS FOR VOICE RECORDING, CALL CENTRE AND IVR ANNEXURE I (c) - SPECIFICATIONS FOR STP ANNEXURE J - COVERING LETTER (TECHNICAL BID) ANNEXURE K - BILL OF MATERIALS AND PRICE SCHEDULE (TECHNICAL OFFER) ANNEXURE L - COVERING LETTER (COMMERICAL BID) ANNEXURE M - BILL OF MATERIALS AND PRICE SCHEDULE (COMMERCIAL OFFER) ANNEXURE N - EARNEST MONEY DEPOSIT (EMD) BANK GUARANTEE ANNEXURE O - PERFORMANCE BANK GUARANTEE ANNEXURE P - LETTER OF UNDERTAKING OF AUTHENTICITY ANNEXURE Q - EVALUATION MATRIX Page 3 of 49

4 1. INVITATION FOR BIDS Corp Bank Securities (herein after referred to as CBSL) intends to procure WEB PORTAL DEVELOPMENT, STP SERVICES and VOICE RECORDING FACILITY ALONG WITH IVR & CALL CENTER for setting up equity broking business- INSTITUTIONAL. The Company is inviting Vendors/Suppliers to offer quotations separately for each of the above items for its location at Mumbai. The details are given below: 1.1. The Company invites sealed bids (Technical bid and Commercial bid) from eligible corporate entities (Public or Private Ltd Companies) for procuring the above mentioned applications for the purpose of setting up Stock Broking business-institutional by the Company The purpose of this document is to invite techno-commercial bids from the applicants as per the specifications outlined in the Annexure I of this document SCHEDULE OF BID COLLECTION AND SUBMISSION Activity Date Date of commencement of issue of TENDERs Last Date for submitting pre-bid queries by Pre-bid Meeting at Mumbai at 11 AM Last date for uploading replies to pre- bid queries on website Last Date for receipts of bids till 5 P M Date and time of opening technical bids at 11 AM TENDER evaluation Announcement of the final selection of technical Opening of Commercial Bid at 11AM Announcement of final selection of bidder Address for Communication Sr. Vice President Corp Bank Securities Limited Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai Contact Numbers / / corpsecu@corpbank.co.in Note: Any change in the above schedule will be published on our parent bank s website Page 4 of 49

5 1.4. OTHER DETAILS RELATED TO BIDDING Earnest Money Deposit: Rs.15,000/- (Rupees Fifteen Thousand only) Tender Fee Rs 1,000/- Address for pre-bid meeting and opening of bids Contact telephone numbers id: CorpBank Securities Ltd., Veena Chambers (Mezzanine Floor) 21, Dalal Street, Fort, MUMBAI OR Corporation Bank, First Floor, Mittal Chambers, Nariman Point, MUMBAI / corpsecu@corpbank.co.in 1.5. PRE BID MEETING Bidders can send their queries only through to the above mentioned -id by The Company would clarify the queries sent by bidders in the pre-bid meeting. Bidders can depute one person as their representative for the pre-bid meeting. The representative has to submit an authority letter duly signed by the bidder, authorizing him to represent and attend pre-bid meeting on behalf of the bidder. Such clarifications will be also uploaded in the website of Parent Bank EARNEST MONEY DEPOSIT Bidders are required to give EMD by way of a Demand Draft favoring CorpBank Securities Limited or a Bank Guarantee valid for 90 days from the date of opening the commercial bids for Rs.15, (Rupees Fifteen Thousand only) as Earnest money Deposit (EMD) along with their Offer. No interest shall be payable on the EMD. Offers made without EMD will be rejected. Separate offers shall be submitted for each items mentioned in the tender. For each alternative Offer, a separate EMD must be submitted. The format for the Bank Guarantee is attached to the tender document (Annexure N) TENDER COST Tender Cost of Rs.1, (Rupees One Thousand Only) should be by way of demand draft favoring CorpBank Securities Ltd. Offers made without tender cost will be rejected. For each alternative Offer, a separate tender cost must be submitted. The Bidders are requested to verify the website during the currency of the tender for any modification / corrigendum before and after submission of the tender. Page 5 of 49

6 1.8. PERFORMANCE GUARANTEE Selected Vendor will be required to furnish a Performance Bank guarantee of 10% of the tender amount for the successful completion of the assignment, as per the format provided by and acceptable to CorpBank Securities Ltd. This guarantee will be available through the period of warranty period or one year whichever is later. The format of the Performance guarantee is given in Annexure O. 2. TERMS OF EXCEUTION OF WORK: 2.1. T h e bidders must provide professional, objective and impartial advice at all times and hold the Company s interest paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests Bids will be opened in the presence of the bidder s authorized representative who chooses to attend the opening of tender on the above specified date, time and place Technical specifications, terms and conditions and various formats and pro- forma for submitting the bid offer are described in this bid document and Annexures The clarifications/interpretations given by the Company will be final Time being the essence of this Tender, the bidder is expected to swiftly supply the items to the Company so that Company can start stock broking business - INSTITUTIONAL The Delivery and Installation will be as given in Annexure A. The training of staff shall be completed as specified in the Tender document. Training period will start at the instance of the Company. However, the Company, at its option may extend the timeframe, depending on its requirements. Any new guidelines given by the regulator/s with regard to stock broking will automatically form a part of this Tender/Bid If the bidder fails to complete the assignment as per the time frame prescribed in the Tender, and within the extensions if any allowed, it will be a breach of contract. The Company reserves its right to cancel the order in the event of delay and invoke the Bank Guarantee. 3. TERMS & CONDITIONS: 3.1. Terms and conditions for bidders who participate in the bid are specified in the document and in Annexures to the document. These terms and conditions will be binding on all the bidders and will also form a part of the Product/ Service Level agreement automatically, to be awarded to the successful bidder on the outcome of the bid process Non transferable bid: This bid document is not transferable. Only the bidder is entitled to quote and to execute the job, if allotted. There will not be any type of outsourcing The bidder should also submit an undertaking to the effect that he has not made any modification in the original copy of TENDER and his bid would be liable for rejection for any violation of the above. Bidder has to give a declaration to this effect. Page 6 of 49

7 3.3. Offer validity period and pricing: The offer should hold good for a period of 90 days from the date of opening of commercial bids The best and firm price should only be quoted. Escalation in price quoted is not permitted for any reason whatsoever. Prices quoted must be firm till complete execution of contract The Company reserves the right to accept or reject in part or full any or all the proposals without assigning any reasons thereof and without incurring any liability to the bidders or any other party The Company also reserves the right to cancel the bid in case it is found at a later date that the details furnished by the bidder are false and also to take action against such bidders for any damages that may be caused to the Company The Company will have the liberty, to short list suitable vendors / service providers who meet the Company s requirements, from the responses received The Company reserves the right to negotiate the price from the L-1 bidder after opening of commercial offer The Company may at its discretion increase the requirement and place orders subsequently within the validity or the extended validity of the bid. 4. LOCATION: The location for the project execution would be Mumbai. 5. TERMS OF PAYMENT: The Company will make payment as follows: 5.1. No advance payment will be made First payment of 50% of the bill amount shall be paid on delivery in case of Voice recording facility. Second 50% shall be paid after successful installation, implementation of application, training to staff of Company and acceptance by the Company In case of Web portal development and STP Services, entire payment will be made on successful completion of the work and acceptance by the Company The Successful bidder shall submit a Performance Bank Guarantee (as per the format prescribed by the Bank) for 10% of the bid amount valid for the warranty period or one year whichever is later immediately on receipt of purchase order and before the delivery of items The details of payment terms are given in Annexure A. Page 7 of 49

8 6. CANCELLATION OF CONTRACT AND COMPENSATION: The Company reserves the right to cancel the contract of the selected bidder and recover expenditure incurred by the Company in the following circumstances: 6.1. The selected bidder commits a breach of any of the terms and conditions of the bid/contract The bidder goes into liquidation voluntarily or otherwise An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid The progress regarding execution of the contract, made by the selected bidder is found to be unsatisfactory If deductions on account of liquidated Damages exceeds more than 10% of the total cost of work order Any other valid reason in the opinion of the Company. After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Company reserves the right to get the balance contract executed by another party of its choice by giving one week s notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Company may have to incur to carry out bidding process for the execution of the balance of the contract. This clause is applicable, even if the contract is cancelled for any reason. The Company reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and/or invoking Company Guarantee, if any, under this contract or any other contract/order. 7. ERASURES OR ALTERATIONS: The Offers containing erasures or alterations will not be considered. There should be no handwritten material, corrections or alterations in the offer. Technical details must be completely filled in. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as OK, accepted, noted, as given in brochure/manual is not acceptable. The Company may treat such Offers as not adhering to the tender guidelines and as unacceptable. 8. APPLICABLE LAW AND JURISDICTION OF COURT: The Contract with the selected bidder shall be governed in accordance with the Laws of India and will be subject to the exclusive jurisdiction of Courts at Mumbai (with the exclusion of all other Courts). 9. AMENDMENT OF TENDER DOCUMENT 9.1. At any time prior to the deadline for submission of Proposal, the Company may, for any reason, whether at its own initiative or in response to clarifications requested by an Applicant, modify this document by the issuance of Addendum/ Amendment and posting it on the Official Website of parent bank. Page 8 of 49

9 9.2. The amendments will be posted on the Official Website of the parent bank and such amendments will be binding on all applicants In order to provide the applicants with a reasonable time for incorporating the amendment into account, or for any other reason, the Company may, in its sole discretion, extend the last date for submission of bids by the applicants. 10. INSTRUCTIONS TO BIDDERS TWO BID SYSTEM OFFER Two Bid System will be followed for selection of the vendors wherein technical and commercial bid for each item will be submitted in separate envelopes in a main envelope. A bidder can bid for any one or more than one or all the below mentioned requirements. If a vendor is bidding for multiple requirements, separate envelops will have to submitted for each such bid for the following items. Web Portal Development Voice Recording Solution including IVR and Call Center STP Service Provider The Technical & Commercial offers must be submitted at the same time, giving full particulars in two separate sealed envelopes at the Company s address given below, on or before 5.00 pm on Company s address Sr. Vice President Corp Bank Securities Limited Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai Offers received after the last date and time specified for such receipt will be rejected. All envelopes should be securely sealed and stamped. The main envelope must contain three envelopes and must be super- scribed with the following: Name of the bid: ANY ONE OF THE ITEMS MENTIONED HEREAFTER (Supply of WEB PORTAL DEVELOPMENT, STP SERVICES or VOICE RECORDING FACILITY ALONG WITH IVR & CALL CENTER FOR STOCK BROKING BUSINESS (INSTITUTIONAL) Name of Bidder: Name of Authorized Representative: Name of the Bid Type of Offer: (Technical 1 Set or Commercial 1 set) Tender Reference Number 2/ dated Due Date: Name of the Bidder: Inside the main envelope, another envelope containing TENDER FEE and EMD should be also enclosed. Page 9 of 49

10 The details of three envelopes inside the main envelope are given in the following paras ENVELOPE- I (Main Envelope): Envelope I must be super- scribed with the following: Name of the bid: ANY ONE OF THE ITEMS MENTIONED HEREAFTER (Supply of WEB PORTAL DEVELOPMENT or VOICE RECORDING FACILITY ALONG WITH IVR & CALL CENTER) FOR STOCK BROKING BUSINESS (INSTITUTIONAL) Name of Bidder: Name of Authorized Representative: Envelope I is the main envelope and should contain: (i). Envelope II (Tender Offer Letter, Tender Fee and EMD) (ii) Envelope III (Technical Offer) and (iv) Envelope IV (Commercial Offer) ENVELOPE- II : Envelope-I should be Super-scribed as TENDER FEE and EMD and should contain: (i). Tender Offer Covering Letter as given in Annexure D. (ii). Fee for Tender document (non-refundable): Rs.1, (Rupees One Thousand only) - (in the form of a demand draft issued by a scheduled commercial bank favouring CorpBank Securities Ltd, payable at Mumbai). (iii). Earnest Money Deposit (Bid Security): Rs. 15, (Rupees Fifteen Thousand only ) (in the form of a Demand Draft, favouring CorpBank Securities Ltd, payable at Mumbai or bank guarantee as per the prescribed format). In case of Bank Guarantee, format given in Annexure N is to be followed ENVELOPE- III (Technical Offer): The Technical Offer (T.O) should be complete in all respects and contain all information asked for, except prices, as per Annexure K. The Technical Offer should not contain any price information. The Technical Offer should be submitted to the Company in a closed envelope. The T.O. should be complete to indicate that all products and services asked for are quoted. For example, the Technical Offer should mention that Software Requirement Specifications (SRS) specified in the tender are accepted in the Commercial Offer, without any deviation. Following documents are to be submitted along with the Technical Offer: 1. Annexure B, Annexure C duly signed alongwith all the attachments and reference letters mentioned therin, Annexure E, Annexure F, Annexure G, Annexure H, Annexure I, Annexure J, Annexure K and Annexure P. 2. Warranty and AMC details. This should not contain any price information in Technical Offer. 3. Delivery schedule. Page 10 of 49

11 4. Technical Documentation (Product brochures, leaflets, manuals etc.). An index of technical documentation submitted with the offer must be enclosed. 5. Software details, if any. 6. Bidders Financial Details (audited Balance Sheets & Profit and Loss account etc.) and other supporting documents, as asked in the tender document. 7. A declaration by the bidder that he has not made any modification in the original copy of the tender and his bid would be liable for rejection if otherwise ENVELOPE- IV (Commercial Offer): The Commercial Offer (C.O) should give all relevant price information and should not contradict the T.O. in any manner. Technical and Commercial Offers must be submitted separately. It may be noted that if any envelope is found to contain both technical and commercial offers, such offer will be rejected. Following documents are to be submitted along with the Commercial offer: 1. Annexure L & Annexure M 2. A statement that the Bidder is agreeable to the Payment schedule given in the tender SCHEDULE OF PRODUCT/SOFTWARE REQUIREMENT SPECIFICATIONS (SRS) This tender comprises of following SRS which are detailed in Annexure I. Schedule Name Number of SRS 1 Requirement specification for Web Portal Development Annexure I (a) 2 Requirement specification for Voice Recording, Call Centre and IVR Annexure I (b) 3 Requirement specification for STP Annexure I(c) ELIGIBILITY CRITERIA Only the Bidders who meet all the qualifications mentioned in the Eligibility Criteria in Annexure C of this tender document are eligible to participate in the tender TERMS & CONDITIONS The Terms and conditions for Bidders who participate in this tender are specified in the section named Terms and Conditions (Annexure A). These terms and conditions are binding on all the Bidders. These terms and conditions will also form part of the purchase order, to be issued to the successful Bidder(s) on the outcome of the tender process. Page 11 of 49

12 10.9. PROPOSAL OWNERSHIP The proposal and all supporting documentation submitted by the Bidder shall become the property of the Company. 11. ADDRESS FOR COMMUNICATION Offers should be addressed to the following officer at the address given below: Sr. Vice President Corp Bank Securities Limited Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai MODIFICATION AND WITHDRAWAL OF OFFERS Bidders are not allowed to modify their offers once submitted. However, Bidders are allowed to withdraw their offers any time before the last date and time specified for receipt of offers. No offer can be withdrawn by a Bidder after the closing date and time for submission of offers. 13. OPENING OF TECHNICAL OFFERS BY CORPBANK SECURITIES LIMITED Only the Bidders who have submitted their offers in response to this tender are permitted to attend the opening of technical offers. Technical bids received by the Company will be opened in the presence of the bidders representatives who choose to attend the opening on the date and time specified above. Bidders can depute one person as their representative to attend the technical bid opening. The representative has to submit an authority letter duly signed by the bidder, authorizing him to represent and attend technical bid opening process on behalf of the bidder. The name of the bidders qualified under technical evaluation will be announced after the evaluation process by the Committee. Those qualified bidders can depute one person as their representative to attend the commercial bid opening. The representative has to submit an authority letter duly signed by the bidder, authorizing him to represent and attend commercial bid opening process on behalf of the bidder. The Company will publish changes in terms and conditions, if any, and the clarifications on bids/ bid documents on the parent Company s website as per the schedule given above. The bidders shall visit the website to find the clarifications and corrigendum, if any. Earnest Money Deposit (EMD) and Tender Price must accompany the Technical Bid as specified in this tender document. Bids received without EMD and/or Tender Price will be rejected Technical Evaluation: Technical evaluation will be considered on the basis of the following: Bidder s eligibility criteria as per Annexure C Scope of this document especially as per Annexure I. Page 12 of 49

13 A Committee constituted by the Company shall evaluate the technical Bids and the decision of the Committee regarding acceptance of any or rejection of any or all the technical bids shall be final and binding During evaluation of the bids, the Company may, at its discretion, ask the bidder for clarification of its bid if required. The request for clarification and the response shall be in writing / and no change in the substance of the bid shall be sought, offered, or permitted Bidder s experience of supplying similar items in other Broking houses. Vendors claim of its supply in other Companies would not be considered if it is not submitted in the letter heads of such Companies as mentioned in Annexure C. confirmation of such Companies will not be considered Bidder s capability to deploy sufficient number of team members with qualification and experience of project to install the items and train the Staff members of the Company Number of on-site man days provided by the Vendor for training, installation etc Adequacy of deliverables Modularity of the framework proposed in the bid Feedback from bidder s clients Scores will be allotted as per evaluation matrix Given in Annexure Q Bidders who achieve overall score of 75% & above will qualify for the next stage of evaluation (i.e. commercial bid evaluation). The evaluation matrix is attached as Annexure Q Commercial Evaluation: Total cost shall be exclusive of all taxes and but including AMC applicable for 4 years excluding the warranty period of at least one year The commercial bid will be evaluated based upon lowest quote only The commercial bids of those vendors only that have cleared technical stage shall be opened PRELIMINARY SCRUTINY Offers from Bidders not meeting the qualification criteria will be rejected. The Company will scrutinize the offers received to determine whether they are complete and as per tender requirement, whether any errors have been made in the offer, whether technical documentation as asked for and required to evaluate the offer has been submitted, whether the documents have been properly signed and whether items are offered as per the tender requirements. Page 13 of 49

14 15. CLARIFICATION OF OFFERS To assist in the scrutiny, evaluation and comparison of offers, the Company may, at its discretion, ask some or all Bidders for clarifications on the offer made by them. The Bidder s response to such clarifications will necessarily be in writing. 16. NO COMMITMENT TO ACCEPT LOWEST OR ANY OFFER The Company shall be under no obligation to accept the lowest or any other offer received in response to this Tender and reserves its right to reject all the offers including incomplete offers without assigning any reason whatsoever. 17. DOCUMENTATION The following information should be furnished along with the Technical bid by means of printed technical brochures as per checklist provided. Model numbers / Brand names of all the items quoted. Specifications of all items asked along with technical specifications brochures. Version number in case of software. It is required to indicate if the software requires any particular version of the operating system for compatibility. Software(s), which will be supplied free, and the ones that will be charged for, should be clearly indicated. Restrictions on software usage, if any, should also be mentioned. 18. SUBMISSION OF TECHNICAL DETAILS It is mandatory to provide the technical details in the exact format of Technical Details & Specifications (Annexure I) given in this tender. The offer may not be evaluated/may be rejected by the Company in case of non-adherence to the format or partial submission of technical information as per the format given in the offer. The Company shall not allow/permit changes in the technical specifications after due date for submission of offers. The relevant product information brand and model number offered, printed product brochure, technical specification sheets etc. should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification. 19. FORMAT FOR TECHNICAL OFFER The Technical Offer should be made in an organized, structured and neat manner along with Brochures/leaflets etc., should not be submitted in loose form and should also be properly paginated. The Bidder shall provide information on the acceptance of the terms exactly as per the Annexure K. The comments in the Deviation Column of technical details is permitted only if compliance column is shown 'No', otherwise it will be construed as complied as per the requirement of the Bank. Please note that specifying deviation elsewhere in the offer document will not be considered. If there is any deviation the same should be mentioned in the Technical offer with compliance column clearly marked as 'No'. Page 14 of 49

15 Similarly compliance of Terms and Conditions of the Tender should be clearly stated in the Compliance Table itself and should not be covered elsewhere in the offer document. If so, such deviations will not be considered and it will be construed as complied as per the requirement specified in the Tender. The format and order for submission of Technical Offer should be as follows: 1. Index 2. Undertaking as per Annexure B 3. Annexure C duly signed alongwith all the attachments and reference letters mentioned therein. 4. Terms and Conditions Compliance Table in the format mentioned in Annexure E 5. Details of the Bidder, as per Annexure F 6. Track record of installation as per Annexure G 7. Details of Service Centers in the format prescribed in Annexure H 8. Technical Offer as per specifications as given in Annexure I, complete with all columns duly filled in 9. Covering letter. This should be as per Annexure J 10. Bill of Materials and Price Schedule as per Annexure K- Technical Version. This table should not contain any price information in Technical Offer. 11. Letter of undertaking of Authenticity as per Annexure P 12. Warranty and AMC details. This should not contain any price information in Technical Offer. 13. Delivery schedule. 14. Technical Documentation (Product brochures, leaflets, manuals etc.). An index of technical documentation submitted with the offer must be enclosed. 15. Software details, if any. 16. Bidders Financial Details (audited Balance Sheets & Profit and Loss account etc.) and other supporting documents, as asked in the tender document. 17. A declaration by the bidder that he has not made any modification in the original copy of the tender and his bid would be liable for rejection if otherwise. 20. FORMAT FOR COMMERCIAL OFFER The Commercial offer must not contradict the technical offer in any manner. Statement or request for deviation in either Technical specifications or Terms & Conditions specified in the Tender should not form part of Commercial Offer. In case if any commercial offers contain such requests or submissions the offer will be summarily rejected without any further process or communication in this regard. Any commercial offer, which is conditional and /or qualified or subjected to suggestions, will also be summarily rejected. The suggested format for submission of Commercial offer is as follows: 1. Index 2. Covering letter as given in Annexure L. 3. Commercial Version of Bill of Materials and Price Schedule (as per Annexure M- Commercial version). This annexure must contain all price information, including acceptance of AMC rate. 4. A statement that the Bidder is agreeable to the Payment schedule given in the tender. 5. All these should be properly paginated. Page 15 of 49

16 21. ALTERNATIVE OFFERS Each offer should specify a single solution, which is cost effective and meeting the tender specifications, and does not include any alternatives. The Bidder desirous of bidding for two or more requirements should submit separate Offer for each requirement. Each offer/alternative offer should be complete in all respects and should not make cross-reference to details given in other offer/alternative offer. Every such alternative Offer should be in separate cover and should accompany separate EMD & Tender Cost. Offers made without EMD & Tender cost will be rejected. For each requirement, a separate EMD & Tender Cost must be submitted. In case, offers are submitted for more than one requirement with only one EMD & tender Cost, then the Company will consider the first offer for evaluation and subsequent offers will not be evaluated at any cost. 22. COSTS & CURRENCY The offer must be made in Indian Rupees only, including the following: 1. Cost of the software / equipment 2. Installation and commissioning charges, if any, 3. Not less than one year comprehensive replacement on-site warranty. This period will start from the date of delivery or bill date whichever is later for each item offered by the bidder. 4. Packing, Transportation and Forwarding charges up to the site. 5. Insurance to cover equipment up to the installation of equipment at Company s site and handing it over to the Company. 6. AMC, exclusive of all taxes. 7. Bidders have to make their own arrangements for obtaining road permits wherever needed. 23. FIXED PRICE The commercial offer shall be on a fixed price basis, exclusive of taxes (viz., Sales Tax and/or VAT, Service tax etc). No price variation relating to increases in customs duty, excise, dollar price variation etc. will be permitted. 24. PRICE COMPARISON The Bank will consider the Five years TCO (total cost of ownership) for the purpose of price comparisons as follows: Five years TCO = Cost of Software / Systems with not less than one year warranty as per Annexure M (as per Fixed Price Clause above) exclusive of all taxes (viz., Sales Tax and/or VAT, Service tax) + 4 years post-warranty AMC charges exclusive of taxes. 25. NO NEGOTIATION It is absolutely essential for the Bidders to quote the lowest price at the time of making the offer in their own interest. If required, the Company will enter into price negotiations, ONLY with the lowest quoting Bidder, whose offer is found to be technically compliant to tender specifications. Page 16 of 49

17 26. SHORT LISTING OF BIDDERS The Company will prepare a short-list of technically qualifying Bidders and the commercial offers of only these Bidders will be opened. The Company will intimate the date and time of opening of Commercial Offers to the Bidders whose Offer is technically in line with the tender requirements. 27. ISSUE OF PURCHASE ORDERS The Company proposes to place Purchase Orders in staggered manner for different requirements depending upon the Company s requirements. 28. LIABILITIES OF CORPBANK SECURITIES LIMITED This tender is not an offer by the Company, but an invitation for Bidder responses. No contractual obligation on behalf of the Company, whatsoever, shall arise from the tender process unless and until a formal contract is signed and executed by duly authorized officers of the Company and the Bidder. 29. PROPOSAL PROCESS MANAGEMENT The Company reserves the right to reject all proposals, to request one or more re-submissions or clarifications from one or more Bidders, or to cancel the process in part or whole. No Bidder is obligated to respond to or to continue to respond to the tender. Each party shall be entirely responsible for its own costs and expenses that are incurred while participating in the tender, subsequent presentation and contract negotiation processes. 30. DOWNLOADING OF TENDER DOCUMENT FROM WEBSITE The tender document is also available for download from the Parent Bank s website Those who choose to download the tender from our website are required to pay the price of tender at the time of submission of their offer. They are also required to confirm in writing that they have not modified any part of the tender and they will abide by the same. If any Bidder fails to pay the price of the tender, the said offer will be rejected. In case of any dispute/discrepancy the physical version of the tender available with the Company will be final & binding on all who participate in the tender. Page 17 of 49

18 ANNEXURE A - TERMS & CONDITIONS Terms & Conditions 1. Technical Inspection and Performance Evaluation The Company reserves its right to carry out a technical inspection and performance evaluation of software / equipments / devices offered by short-listed Bidders. 2. Payment The Company will make payment as follows: No advance payment will be made. In case of Voice Recording Facility, first payment of 50% of the bill amount shall be paid on delivery and the second payment of 50%Shall be made after successful installation, implementation of application, staff training etc. and acceptance by the Company. In case of STP Services and Web portal development, entire payment will be made on successful completion of the work and acceptance by the Company. The Successful bidder shall submit Performance Bank Guarantee (as per the format prescribed by the Bank) for 10% of the bid amount valid for the warranty period or one year whichever is later immediately on receipt of purchase order and before the delivery of items. 3. Pricing & Payments The price offered to Company must be in Indian rupees, exclusive of taxes (viz., Sales Tax and/or VAT, Service tax). However, the prices should include duties now and in future such as Excise, Octroi, Entry Tax, Customs duty, packing, forwarding, import and custom clearance, transportation, insurance till delivery at site, cost of installation, commissioning and comprehensive on-site maintenance services under warranty. The rate will be on a fixed price basis, exclusive of all taxes (viz., Sales Tax and/or VAT, Service tax). No price variation relating to increases in customs duty, excise, dollar price variation etc. will be permitted. 4. Delivery & Installation The Bidder shall be responsible for delivery and installation of the Software / products ordered at the site and for making them fully functional at no additional charge within 30 days from the date of delivery instruction. The Company reserves to itself the right to place release orders in phases depending upon the project requirements. The Bidder shall be responsible for immediate delivery of the items ordered on receipt of such release orders. In the event of the Company agreeing to extend the date of delivery at the request of Bidder, it is a condition precedent that the validity of Bank Guarantee shall also be extended by further period as required by the Company before the expiry of the original Bank Guarantee. Failure to do so Page 18 of 49

19 will be treated as breach of contract. In such an event the advance paid to Bidder will become returnable to the Company forthwith and the Company reserves its right to foreclose the Bank Guarantee. Appropriate insurance to cover the products for the transit period and till the time of its acceptance by the Company at the respective site is to be taken by the Bidder. At the discretion of the Company, there will be an acceptance test conducted by the Bidder in presence of the Company officials and/or its nominated consultants after installation of complete software / equipments. In case of serious discrepancy in products supplied, the Company may cancel the entire purchase order and return them back to the Bidder at Bidder s costs and risks. The Company will not arrange for any Road Permit/Sales Tax clearance for delivery of products and the Bidder is required to make its own arrangements for the same. 5. Completeness of Installation The installation will be deemed as incomplete if any component of the software / equipment is not delivered or is delivered but not installed and/or not operational or not acceptable to the Company after acceptance testing/examination. In such an event, the supply & installation will be termed as incomplete and it will not be accepted and warranty period will not commence. The entire site will be accepted after complete commissioning of equipment and satisfactory working of the entire equipment for a minimum period of 10 days. 6. Order Cancellation The Company reserves its right to cancel the order in full / part in the event of one or more of the following situations: 1. Delay in delivery beyond the specified period for delivery. 2. Delay in installation beyond the specified period for installation. 3. Serious discrepancy in hardware noticed during the product evaluation / Pre-Dispatch factory inspection or subsequent evaluation testing. 4. Any other reason as perceived by the Company. In addition to the cancellation of purchase order, the Company reserves the right to claim the damages from the Bidder and/or foreclose the Bank Guarantee given by the supplier against the advance payment. 7. Software / Product Manuals The Software / Systems will have to be supplied with the software drivers with media and manuals as applicable. 8. Warranty The offer must include not less than one year s comprehensive on-site warranty from the date of installation and acceptance by the Company. Bidder shall be fully responsible for the manufacturer s warranty in respect of proper design, quality and workmanship of all equipment, accessories etc. covered by the tender. Bidder must warrant all equipment, accessories, spare parts etc. against any manufacturing defects during the warranty period. During the warranty period, Bidder shall maintain the systems and repair/replace Page 19 of 49

20 at the installed site all defective components including the Battery Bank, at no charge to the Company. 9. Annual Maintenance Charges (AMC) The Bidder should also quote separately for Annual Comprehensive Maintenance Charges at site from the date of expiry of the warranty period (post-warranty, and warranty should not be less than one year). This rate should be quoted as: 1 st year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes 2 nd year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes 3 rd year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes 4 th year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes The offer must give commitment to provide maintenance at the price quoted as above for not less than one year from the date of expiry of warranty. Bidders are expected to maintain the equipment supplied for at least five years from the date of purchase by the Company. It may be noted that the Company shall ask for a performance bank guarantee to the tune of 10 % of the value of the order, for one years duration or the warranty period whichever is later. The Company also reserves its right to decide on this matter and its decision will be binding on the Bidder without any further explanation to the Bidder. This Bank Guarantee will be linked to the warranty obligations of the Bidder 10. Penalties Delay in delivery and installation For any delay in installation 30 days from the date of delivery instruction by the Company, the Company will charge 0.5% of the order value per week or part thereof from 31 st day. Penalty for downtime Any system / application that is reported to be down on a given date should be repaired within 2 hours. The online support shall be given within five minutes after logging the complaint. The complaint reporting will be through a telephonic message or any other mode as the Company may decide. In case the Bidder fails to meet the above standard of maintenance, the Company reserves the right to levy a penalty of Rs.500/- (Rupees Five Hundred Only) per day depending upon the circumstances of the case unless otherwise agreed upon. In case such occurrences of charging penalty exceed two times in a quarter, the company has a right to claim damages. 11. Product Failure If during the warranty period, any software / website / voice recorder facility fails on four or more occasions in a quarter, it shall be replaced by the Bidder at no cost to the Company. Page 20 of 49

21 12. Indemnity Bidder shall indemnify, protect and save the Company against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of the software / system supplied by the Bidder. 13. Publicity Any publicity by the Bidder in which the name of the Company is to be used should be done only with the explicit written permission of the Company. 14. Interface to Office Automation Software It is Bidder s responsibility to co-operate with the software vendor/hardware vendor chosen by the Company and to ensure that the installation is successful, if found necessary. 15. Guarantees Bidder should guarantee that the Software / system delivered to the Company are brand new, including all components. In the case of software, the Bidder should guarantee that the software supplied to the Bank is licensed and legally obtained. All hardware and software must be supplied with their original and complete printed documentation. 16. Assurance The Bidder should provide an assurance, by accepting the Order and by complying with same during execution, that the application /software/ other item that is being supplied is free of malware, free of any obvious bugs and free of any covert channels in the code of the version of the application, at the time of delivery of programs/codes/items as well during as any subsequent versions/modifications done to the supplied programs /codes. 17. Service Level Agreement: The successful Bidders are required to enter a Product/Service Level Agreement with the Company covering all the terms of the Tender and Purchase orders issued as per the Terms & Conditions acceptable to the Company. The Product / Service Level Agreement will be delivered to the successful bidder at the time of entering into the agreement. 18. Confidentiality & Non-Disclosure Bidder is bound by this agreement for not disclosing the Company s data and other information. Resources working in the premises of the Company are liable to follow the rules and regulations of the Company and are governed by the outsourcing policy of the Company. The document contains information confidential and proprietary to the Company. Additionally, the Bidder will be exposed by virtue of the contracted activities to the internal business and operational information of the Company, affiliates, and/or business partners, disclosure of receipt of this tender or any part of the aforementioned information to parties not directly involved in providing the requested services could result in the disqualification of the Bidders, premature termination of the contract, or legal action against the Bidder for breach of trust. No news release, public announcement or any other reference to this purchase order, relating to the contracted work if allotted with the assignment or any program hereunder shall be made without written consent from the Company. Page 21 of 49

22 As the Bidder is providing support services for multiple Companies, the Bidder at all times should take care to build strong safeguards so that there is no mixing together of information/ documents, records and assets is happening by any chance. The Bidder should undertake to maintain confidentiality of the Company s information even after the termination / expiry of the contracts. 19. Force Majeure The parties shall not be liable for default or non-performance of the obligations under the contract, if such default or non-performance of the obligations under this contract is caused by any reason or circumstances or occurrences beyond the control of the parties, i.e. Force Majeure. For the purpose of this clause, Force Majeure shall mean an event beyond the control of the parties, due to or as a result of or caused by acts of God, wars, insurrections, riots, earth quake and fire, events not foreseeable but does not include any fault or negligence or carelessness on the part of the parties, resulting in such a situation. In the event of any such intervening Force Majeure, each party shall notify the other party in writing of such circumstances and the cause thereof immediately within five calendar days. Unless otherwise directed by the other party, the party pleading Force Majeure shall continue to perform/render/discharge other obligations as far as they can reasonably be attended/fulfilled and shall seek all reasonable alternative means for performance affected by the Event of Force Majeure. In such a case, the time for performance shall be extended by a period(s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the parties shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of the Company shall be final and binding on the Bidder. 20. Resolution of Disputes The Company and the Bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, the Company and the Bidder have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by the Company and the other to be nominated by the Bidder. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The Arbitration and Reconciliation Act 1996 shall apply to the arbitration proceedings and the venue of the arbitration shall be Mumbai. Page 22 of 49

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

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

More information

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE. PRICE BID FOR SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE. Issued to, M/s 1. INVITATION FOR TENDER OFFERS LIC invites sealed offers from manufacturers and/or their authorized dealers/agents

More information

CANARA BANK SECURITIES LTD. (A wholly owned subsidiary of Canara Bank)

CANARA BANK SECURITIES LTD. (A wholly owned subsidiary of Canara Bank) CANARA BANK SECURITIES LTD. (A wholly owned subsidiary of Canara Bank) REGISTERED OFFICE: 7 TH FLOOR, MAKER CHAMBER III NARIMAN POINT, MUMBAI 400 021 Website: canmoney.in Request for Quotation (RFQ) FOR

More information

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

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

More information

Tender Reference Number: 12/ Date:

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

More information

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

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

Quotations for Rate Contract for Supply of CD DUPLICATION for One Year. Ref: ICSI/PC-2016/RFQ-2672 July 22, 2016

Quotations for Rate Contract for Supply of CD DUPLICATION for One Year. Ref: ICSI/PC-2016/RFQ-2672 July 22, 2016 Sub: Quotations for Rate Contract for Supply of CD DUPLICATION for One Year Ref: ICSI/PC-2016/RFQ-2672 July 22, 2016 Sealed Quotations are invited for Supply of CD DUPLICATION from DELHI/NCR vendors only

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

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

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

More information

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

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

More information

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

More information

TENDER DOCUMENT (SINGLE BID)

TENDER DOCUMENT (SINGLE BID) INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH An Autonomous Institution, Ministry of Human Resource Development, Govt. of India. Dr. Homi Bhabha Road, Pashan Pune 411008 Tel: +91 020 25908017; Fax:+91

More information

Quotation for Renewal of TrendMicro Officescan Antivirus Licenses

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

More information

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

Notice Inviting E-Tender No. NC CHE & NC CHE KVA UPS

Notice Inviting E-Tender No. NC CHE & NC CHE KVA UPS Notice Inviting E-Tender No. NC-000148-CHE-18-19 & NC-000512-CHE-17-18 10 KVA UPS NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O. BHIMPUR-PADANPUR, VIA-JATNI KHURDA 752050, ODISHA,

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

Tender Document. Internet Leased Bandwidth

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

More information

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

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

More information

Centralized Web based ETDS functions

Centralized Web based ETDS functions (A premier Public Sector Bank) Information Technology Division Head Office-Mangalore. TENDER DOCUMENT Tender Reference Number: 04/2014-15 dated 14.06.2014 Supply and installation of a comprehensive Software

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

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE (Autonomous Institution of DSIR, Ministry of Science & Technology) 2 nd Floor, Core IV-B,

More information

EXPRESSION OF INTEREST (EOI)

EXPRESSION OF INTEREST (EOI) Indian Overseas Bank General Administration Department, Central Office, Fifth Floor, Annexe Building, #763, Anna Salai, Chennai 600 002 Phone:044-2852 4212 www.iob.in EXPRESSION OF INTEREST (EOI) for EMPANELMENT

More information

(Web Advertisement) TENDER NOTICE

(Web Advertisement) TENDER NOTICE (Web Advertisement) TENDER NOTICE Digital India Corporation (formerly Media Lab Asia), a Section 8 Company of Ministry of Electronics & Information Technology, Govt of India, invite sealed tenders from

More information

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

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

More information

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH An Autonomous Institution, Ministry of Human Resource Development,

More information

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

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

More information

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

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

More information

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

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

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

More information

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

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

More information

Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019

Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019 Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019 The Reserve Bank of India intends taking insurance cover of all the Properties & other assets

More information

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

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

More information

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

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

More information

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

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

More information

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

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

More information

496, Udyog Vihar, Phase-III, Gurgaon Phone:

496, Udyog Vihar, Phase-III, Gurgaon Phone: 496, Udyog Vihar, Phase-III, Gurgaon 122016 Phone: +91-124-2876431 THSTI/NIQ/33/14-15 20 th Aug, 2014 Notice Inviting Quotations On behalf of the Executive Director, THSTI, Gurgaon, Haryana, INDIA, sealed

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

TENDER FORM. (To be submitted along with technical bid)

TENDER FORM. (To be submitted along with technical bid) TENDER FORM (To be submitted along with technical bid) Page 1 TENDER NOTIFICATION NO: DTU/LIB/BK-BIND/2015-16/ Phone No:- 27871419 The REGISTRAR, Delhi Technological University, Bawana Road, Delhi-110042

More information

NOTICE INVITING TENDER QUOTATION FOR SUPPLY OF PAITHANI /SEMI PAITHANI BEAUTIFUL SAREE FOR COMPETITION PRIZE TENDER NO.

NOTICE INVITING TENDER QUOTATION FOR SUPPLY OF PAITHANI /SEMI PAITHANI BEAUTIFUL SAREE FOR COMPETITION PRIZE TENDER NO. Ph.Nos.0712-2546444, 2546476, email id: os.nagpur@licindia.com NOTICE INVITING TENDER QUOTATION FOR SUPPLY OF PAITHANI /SEMI PAITHANI BEAUTIFUL SAREE FOR COMPETITION PRIZE TENDER NO. 18 / 2018-19 LIC of

More information

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

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

More information

Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension, Kolkata Tender Enquiry

Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension, Kolkata Tender Enquiry Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension, Kolkata- 700 088 e- Tender Enquiry No. GLK/TE16/172 Date 08.09.16 Tender Enquiry Due Date 19.09.16 at 18:00 Hours Sub Supply

More information

The scope of third party inspection shall be as under:

The scope of third party inspection shall be as under: The scope of third party inspection shall be as under: 1. The inspection is to be carried out as per the ordered specification ensuring original manufacturer s packing, Original manufacturer test certificates

More information

DATED: DUE ON

DATED: DUE ON IMPORTANT: TENDERERS SHOULD READ THE TENDER PAPERS CAREFULLY; SUBMISSION OF TENDER SHALL MEAN THAT THE TENDERER HAS READ AND UNDERSTOOD ALL THE TERMS AND CONDITIONS OF THE TENDER AND AGREES AND BINDS HIMSELF/THEMSELVES

More information

Ref No /IT/5 04 nd March, Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses

Ref No /IT/5 04 nd March, Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses Ref No. 2010-11/IT/5 04 nd March, 2011 Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses Credit Guarantee Fund Trust

More information

MMTC Limited, Core-1, Scope Complex, 7 Institutional Area, Lodhi Road, New Delhi

MMTC Limited, Core-1, Scope Complex, 7 Institutional Area, Lodhi Road, New Delhi - 1 - MMTC Limited, Core-1, Scope Complex, 7 Institutional Area, Lodhi Road, New Delhi -110003. Tender Reference Number: MMTC/CO/COMP/ACCESSORIES/2013-14/1277/02 Dated: 21 st May, 2014 For Supply of 2-TB

More information

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender West Bengal Renewable Energy Development Agency Draft General Terms & Conditions of the Tender (1) (a) The Tender shall be submitted in triplicate in 3 (three) separate Sealed Covers (COVER-I, II & III)

More information

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS BOARD OF SCHOOL EDUCATION HARYANA, BHIWANI 1 BRIEF INFORMATION ON BID DOCUMENT

More information

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

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

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE 1 of 8 1. DEFINITIONS : 1.1. PURCHASER GENERAL TERMS AND CONDITIONS OF PURCHASE The Purchaser means LANKA IOC PLC with its office at Level 20, West Tower, World Trade Centre, Echelon Square, Colmbo 01,

More information

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

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

More information

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine NOTICE INVITING TENDER ( N.I.T) TENDER NOTICE NO:- SCIENTIFIC EQPT/2012-13/30 Dt 28.02.2013 TENDER FOR Ice Flaking Machine I Last Date for Receipt of Tender 19-03-2013, up to 10.00 am II Opening of Techno

More information

TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK,

TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK, TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK, INSTALLATION, CONFIGURATION AND MIGRATION Credit Guarantee

More information

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

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

More information

Sub: Sealed Quotations for Supply of Clothlined Envelops

Sub: Sealed Quotations for Supply of Clothlined Envelops Sub: Sealed Quotations for Supply of Clothlined Envelops Ref: ICSI/PC-2017/RFQ-2691 Date: August 17, 2017 Sealed Quotations are invited for Supply of Clothlined Envelops from Delhi/NCR vendors only as

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

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Notice Inviting Tender for Printing of Accounts Manual of APDCL Tender for Printing of Accounts Manual of APDCL ASSAM POWER DISTRIBUTION COMPANY LTD Single Stage Two Envelope Procedure Tender No: APDCL/CGM(F&A)/PRN/Accounts Manual/2014/3 Date 11.6.2014 Notice Inviting

More information

NIT-14 /2017. Rate Contract for Laboratory Consumables Cost of tender Rs.1500/- (Non refundable)

NIT-14 /2017. Rate Contract for Laboratory Consumables Cost of tender Rs.1500/- (Non refundable) NIT-14 /2017 Rate Contract for Laboratory Consumables - 2017-19 Cost of tender Rs.1500/- (Non refundable) NATIONAL INSTITUTE OF SCIENCE EDUCATION AND RESEARCH BHIMPUR PADANPUR, JATNI, KHURDA-752050 Tender

More information

TECHNICAL OFFER (ENVELOPE I)

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

More information

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

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

More information

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

र ष ट र य प र द य ग क स स थ न प द च च र क र क क ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Union Territory of Puducherry

र ष ट र य प र द य ग क स स थ न प द च च र क र क क ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Union Territory of Puducherry र ष ट र य प र द य ग क स स थ न प द च च र क र क क ल 609 609 NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal 609 609 Union Territory of Puducherry Tender Document For Supply of Steel COT at National

More information

AIRPORTS AUTHORITY OF INDIA ATS COMPLEX COCHIN INTERNATIIONAL AIRPORT COCHIN Ref: AAI/CIA/IT/Projector/2018 Date:

AIRPORTS AUTHORITY OF INDIA ATS COMPLEX COCHIN INTERNATIIONAL AIRPORT COCHIN Ref: AAI/CIA/IT/Projector/2018 Date: AIRPORTS AUTHORITY OF INDIA ATS COMPLEX COCHIN INTERNATIIONAL AIRPORT COCHIN -683111 Ref: AAI/CIA/IT/Projector/2018 Date: 08-03-2018 Sub: Notice inviting Quotation for Supply and installation of LCD projector

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

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tel : 0832-2285381,2284678 & 679, Fax : 0832 2285649 STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tender Enquiry No. 3(2)/Ani.Sci./AICRP-ADMAS/2016-17-Stores Dated: 12.01.2017 (Last Date for Submission

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

REQUEST FOR PROPOSAL (RFP) FOR Supply of Gold Testing Machines TO OUR IDENTIFIED BRANCHES IN THE ZONES

REQUEST FOR PROPOSAL (RFP) FOR Supply of Gold Testing Machines TO OUR IDENTIFIED BRANCHES IN THE ZONES Relationships beyond banking Zonal Office: Khandwa Zone, Pt. Makhanlal Chaturvedi Marg, Anand Nagar, Khandwa (MP)- 450001 Phone: 0733-2248587/2248182 Email: khandwa.god@bankofindia.co.in ---------------------------------------------------------------------------------------------------------------------------

More information

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 Room No. 703, 7 th Floor, BMTC Building, 80 ft Road, Near Pass Port Office, Koramangala, Bangalore 560095. F. No. CIT (TP)/BNG/CSS/MTS/02/2016-17

More information

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

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

More information

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

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

More information

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

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

More information

REQUEST FOR PROPOSAL. Printing of Calender

REQUEST FOR PROPOSAL. Printing of Calender Allahabad UP Gramin Bank REQUEST FOR PROPOSAL FOR Printing of Calender - 2018 PROPOSAL REFERENCE 5/2017 Head Office, D.M.Colony,Civil Lines Banda 210 001 1 Ref: 05/2017 Calendars/2018 Date: 18-10-2017

More information

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 27/01/2017. For Supply of

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 27/01/2017. For Supply of - 1 - Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/2015-16/1299 Dated: 27/01/2017 For Supply of One no. of Dell XPS 13 Laptop 6th / 7th Generation Intel Core i7 processor with 8GB memory and 256GB

More information

Tender for Comprehensive Annual Maintenance for Contract of UPS and Inverters in the Additional DGFT, Mumbai.

Tender for Comprehensive Annual Maintenance for Contract of UPS and Inverters in the Additional DGFT, Mumbai. - GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY OFFICE OF THE ADDITIONAL DIRECTOR GENERAL OF FOREIGN TRADE, NISHTHA BHAVAN, 48, SIR VITHALDAS THACKERSEY MARG, CHURCHGATE, MUMBAI 400 020. E mail:-

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

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company ) E-Procurement NOTICE INVITING TENDERS (e-nit) Sealed E-tenders from reputed and experienced firms are invited in two-bid system for Provision of Printing Facility Inside HSL. 1 Tender Number OS/998/Printing/147/2017

More information

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS:2017-18 Dated 10.01.2018 Corrigendum 1 Dated 22.01.2018 S No. Page No/ Article No 1. 5 Old Clause Last

More information

MANAGER MAINTAINANCE (STR)

MANAGER MAINTAINANCE (STR) 1 SOUTHERN TELECOM REGION O/o GENERAL MANAGER MAINTAINANCE (STR) 9 th Floor, BSNL Bhavan, 5-9-25, Hill Fort Road, Adarshnagar, Hyderabad- 500 063 (Tel: 040-23302345) Tender Form No.. Issued to:. Cost of

More information

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi DETAILS FOR PUBLISHING BID Bid Ref. No.: MAEF/18-19/ELECTRICITY/01 Name of the Organization: MAULANA AZAD EDUCATION FOUNDATION Type of Organization: Under Aegis of Ministry of Minority Affairs Bid Title:

More information

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

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

More information

Corporation Bank. Tender Reference Number: DC/02/ Date: 23/09/2014. For

Corporation Bank. Tender Reference Number: DC/02/ Date: 23/09/2014. For Corporation Bank Tender Reference Number: DC/02/14-15 15 Date: 23/09/2014 For Supply of Plastic, Personalisation, Printing of Welcome Kit stationery & Administration of CorpBank Debit,, Campus and Prepaid

More information

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS REQUEST FOR PROPOSAL OF ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MMD, IIT Bombay Page No.1 o f 17 Table of Contents SECTION 1 INVITATION OF THE BIDS

More information

Tender for Printing of Individual Insurance Certificate

Tender for Printing of Individual Insurance Certificate SCHEDULE Tender for Printing of Individual Insurance Certificate SNO ACTIVITY DETAILS 1 Tender Date LIC / RDO / Tender / P&GS / 2018-19 / 9 / 22.11.2018 2 EMD Rs. 20000/- ( Rupees Twenty Thousand Only,

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA GOVERNMENT OF KARNATAKA COMMERCIAL TAXES DEPARTMENT (CTD) BANGALORE REQUEST FOR PROPOSAL (RFP) FOR MAINTANCE OF UPS SYSTEMS IN THE OFFICES OF CTD IN KARNATAKA Commissioner of Commercial Taxes Vanijya Therige

More information

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

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

More information

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I Reserve Bank of India Estate Department Lucknow Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow Part I Name of Tenderer : Address : Date of Submission : 14:00 hrs on

More information

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 26/ /Supply

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 26/ /Supply INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI 600 036 Tender No: 26/2014 15/Supply Name of Work : Supplying and Installation of FRP tank at OAT, Sarayu Hostel, Tower Hostels etc Cost of

More information

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

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

More information

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies RFP No. NHB/RMD/ICRM/13163/2013 Request for Proposal For Review and Development of Internal Credit Rating Model (ICRM) for assessing Housing Finance Companies Scheduled Commercial Banks Regional Rural

More information

Approved Vendors List

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

More information

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

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

More information

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

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

More information

Software Technology Parks of India Noida

Software Technology Parks of India Noida Software Technology Parks of India Noida BID DOCUMENT (Tender No. STPIN/PUR/QUO/11-12/07 dated 17/11/2011) TENDER FOR HIRING OF VEHICLE SERVICES AT STPI NOIDA 1. MODE OF TENDERING: TWO-BID SYSTEM 2. Tender

More information

Request for Proposal for UPS Systems and batteries at the Bank s Offices in Muzaffarpur Zone

Request for Proposal for UPS Systems and batteries at the Bank s Offices in Muzaffarpur Zone MUZAFFARPUR ZONE Information Technology Department ZONAL OFFICE, Muzaffarpur Zone, Pankaj Market, Saraiyaganj, Muzaffarpur, Bihar-842001 E-Mail: muzaffarpur.it@bankofindia.co.in Phone: (0621) 2213651,

More information

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE TRANSMISSION CORPORATION OF TELANGANA LIMITED Corporate Training Institute :: GTS Colony :: Hyderabad-45 Website: www.transco.telangana.gov.in CIN No.U40102TG2014SGC94248 Office Of: The Superintending

More information

NORTH CENTRAL ZONE CULTURAL CENTRE

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

More information

Notice Inviting E-Tender No. C EM Hydraulic Door Closer

Notice Inviting E-Tender No. C EM Hydraulic Door Closer Notice Inviting E-Tender No. C-000056-EM-18-19 Hydraulic Door Closer NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O. BHIMPUR-PADANPUR, VIA-JATNI KHURDA 752050, ODISHA, INDIA Notice

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

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

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

More information

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur Tender for Annual Rate Contract for Supply of the Chemicals. at Indian Institute of Technology Jodhpur NIT No.: : IITJ/SPS/BISS/1/4(I)/2012-13/58. NIT Issue Date: : November 27, 2012 Last Date of submission

More information