GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd)
|
|
- Osborne McKinney
- 6 years ago
- Views:
Transcription
1 GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd) Tender for Appointment of Internal Auditor for GAIL GAS. Under Limited Domestic Bidding through E-Tendering E-Tender No: BIDDING DOCUMENT NO: GAIL GAS/NOIDA/C&P/IA/PR-2111/ /80 Office: B-35 & 36, Jubilee Towers, 14 th Floor, Sector-1 Noida (U.P).
2 INVITATION FOR BIDS (IFB) Ref.: GAIL GAS/NOIDA/O&M/IA/PR-2111/ /80 Date: 4 th January 2016 To Sub.: Tender for Appointment of Internal Auditor for GAIL GAS. Dear Sir (s), GAIL Gas Limited, Noida here-in-after called OWNER/COMPANY/GAIL GAS invites you to submit your bids UNDER SINGLE STAGE TWO BID SYSTEM for the subject work as detailed below in complete accordance with tender documents enclosed: 1. MODE OF TENDERING: : Limited Domestic Bidding e-tendering through Our Portal 2. EARNEST MONEY DEPOSIT : Rs.120,000.00/-(In the form of DD/BG Payable At Noida (UP) as specified in bid document. 3. PRE BID MEETING : ; Hrs. 4. VENUE FOR PBC : B-35 & 36,Jubilee Towers, 14 th Floor Sector-1, Noida 5. LAST DATE AND TIME FOR UPLOADING OF BID/TENDER ON E-TENDER : ; Hrs. 6. DATE AND TIME FOR OPENING OF TECHNO-COMMERCIAL BID : ; Hrs. 7. TENDER FEE : Not Applicable 8. VALIDITY OF OFFER UPTO : Four (04) months from the date of final bid due date of Opening including extension of bid due date if any. 1. Earnest Money Deposit (EMD) EMD for the amount as mentioned above shall be submitted in the form of crossed Bank Demand Draft drawn on any Nationalized/Scheduled bank in favour of GAIL Gas Limited, payable at State Bank of India, Noida. Alternatively, Earnest Money deposit may also be submitted through Bank Guarantee from any Indian Scheduled Bank or a branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign bank in the proforma attached with the Tender Document. However, other than the Nationalized Indian Banks, the banks whose BGs are furnished must be commercial banks having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head. Bidder shall attach a scanned copy of EMD in the Technical Part of Tender Documents under the folder EMD. However, bidder must send the original EMD of requisite value as indicated for respective cities/cumulative to GAIL Gas Limited, B-35 & 36, Jubilee Tower, Sector-1, Noida (UP) payable at Noida in a sealed envelope super scribing the Tender Reference number.
3 2.0 CONTRACT PERIOD: The contract period shall be 02 (Two) year to be reckoned from the FOA/Work Order whichever is earlier. 3.0 SUBMISSION OF BIDS: Bids are to be submitted online in our e-tendering System ( Bidder shall submit the Prices (Schedule of rates) as well as the Un-Priced Documents through our e-tendering portal only. Bids submitted by courier/post/in person shall not be accepted in this tender. The Un-Priced Bid and Price Bid shall contain the documents as specified below: 4.0 BID EVALUATION CRITERIA Technical Criteria: 4.01 Experience criteria: a. Bidder should have experienced for conducting internal audit in India during the last 5 years involving financial / technical / system / process i.e. on the functions and activities of a company of Oil & Gas sector/petrochemical sector/fertilizer sector/cgd sector/refinery sector having minimum turnover of Rs.650 crore. b. Bidder should have executed a single order value of minimum Rs.7.50 lacs having experienced as internal auditor as stated above. c. Experience acquired by a bidder as a sub-contractor shall not be considered. d. Bids of Joint Venture/Consortium will not be acceptable. e. A job executed by a bidder for its own plant/projects cannot be considered as experience for the purpose of meeting requirement of BEC of the tender. However, jobs executed for Subsidiary / Fellow subsidiary / Holding company will be considered as experience for the purpose of meeting BEC subject to submission of tax paid invoice(s) duly certified by Statutory Auditor of the bidder towards payments of statutory tax in support of the job executed for Subsidiary /Fellow subsidiary / Holding company. Such bidders to submit these documents in addition to the documents specified in the bidding documents to meet BEC. f. The bidder shall submit a copy of Work Order and Completion Certificate in support of above qualification criteria from the Owner duly notarized by Notary Public and Chartered Engineer. The completion certificate must indicate work order number, date, scope of work, contract value, contract period and executed value. Financial Criteria: Annual turnover of the bidder should be minimum Rs.15.0 lacs in any of the 3 preceding financial years i.e , , The bidder shall submit Audited Financial statements including Balance sheet and Profit & Loss Account for 3 preceding financial years i.e , , duly certified / attested by notary public with legible stamp. Further, certificate from Chartered Accountant for details of financial capability as per attached format in the tender shall be furnished along with un-priced bid.
4 4.2 EVALUATION OF THE CONSULTANTS: 1. GAIL Gas Ltd. shall evaluate each technical proposal taking into account several criteria like consultant s relevant experience for the assignment, qualifications of the key staff etc. 2. A minimum qualifying marks on technical points to be scored 75% for opening of price bid. 3. The evaluation shall be done on Least Cost Selection (LCS) basis. 4. The technical evaluation of the proposal shall be done on the basis of its responsiveness to the Evaluation of Quality and the average score shall be considered for evaluation. Those securing less than the minimum qualifying marks are rejected, and the proposals of the rest are opened. Format showing details of criteria for competency mapping under technical evaluation of bidders are as follows: Sl. Parameters No. 1 Consultant s specific experience Points on scale of 100 1(a) Specific experience of at least one Internal Audit of the functions and 40 activities of a company/organization with an executed single order value of minimum Rs lacs in a company/organization with more than or equal to Rs.650 crore turnover of any Oil & Gas sector/petrochemical sector/fertilizer sector/cgd sector/refinery sector in India during any of the last 5 years. 1(b) Deviation in Consultant s specific experience as stated above at Sl. No. 1(a) Rejection 2 Financial Strength (Minimum Turnover of Consultancy Firm) 2(a) Above Rs.30 lacs in any of 3 preceding financial years i.e , , (b) Between Rs.15 lacs to 30 lacs in any of 3 preceding financial years i.e , , Below Rs. 15 lacs during 3 preceding financial years i.e , , Rejection Key Personnel 3(a)(i) Deployment of more than one Senior Chartered Accountant with minimum 10 of 10 years post qualification experience for at least 3 working days per quarter. 3(a)(ii) Deployment of one Senior Chartered Accountant with minimum of 10 years 5 post qualification experience for at least 3 working days per quarter. 3(a)(iii) Deviation in 3(a)(ii) Rejection 3(b)(i) Deployment of more than one qualified Chartered Accountant with minimum 10 2 years post qualification experience for at least 10 working days per quarter. 3(b)(ii) Deployment of one qualified Chartered Accountant with minimum 2 years 5 post qualification experience for at least 10 working days per quarter. 3(b)(iii) Deviation in 3(b)(ii) Rejection 3 (i) Deployment of more than one qualified Technical Graduate preferably in 10 Chemical / Petroleum / Mechanical / Electrical / Civil with minimum 2 years post qualification experience for at least 10 working days per quarter. 3 (ii) Deployment of one qualified Technical Graduate preferably in Chemical / 5 Petroleum / Mechanical / Electrical / Civil with minimum 2 years post qualification experience for at least 10 working days per quarter. 3 (iii) Deviation in 3(b)(ii) Rejection 3(d)(i) Deployment of more than two other audit personnel having qualification of Engineering Degree preferably in chemical/petroleum/mechanical/electrical / CA / CMA / CS / MBA in Finance with minimum 1 year experience for at least 10 working days per quarter. 10
5 3(d)(ii) Deployment of two other audit personnel having qualification of Engineering 5 Degree preferably in chemical/petroleum/mechanical/electrical / CA / CMA / CS / MBA in Finance with minimum 1 year experience for at least 10 working days per quarter. 3(d)(iii) Deviation in 3(b)(ii) Rejection 4 Approach and Methodology Approach and Methodology proposed for execution of work 10 Documents required for meeting the above Evaluation of Quality: 1. Consultants Specific experience Marks Required documents for this point has already been covered under BEC. Bidder to submit relevant Work Order Copy/ Letter of Award along with completion certificate as mentioned in the BEC. 2. Financial Strength (Minimum Turnover of Consultancy Firm) marks - Required documents for this point has already been covered under BEC. Bidder to submit Audited Financial statements including Balance sheet and Profit & Loss Account for 3 preceding financial years i.e , , Key Personnel mark Bidder must furnish the following documents:- a) Resume of key personnel by clearly mentioning his / her total experience upto bid due date b) Copies of educational qualification certificates of key personnel c) Proof that the concerned key personnel is a regular employee of the bidder on their payroll or full time employee. All documents pertaining to point nos. 1 & 3 of technical evaluation of bidders should be duly certified / attested by Chartered Engineer and also notarized by notary public with legible stamp. For point no.2 of technical evaluation of bidders, all documents should be duly certified / attested by notary public with legible stamp. Further, certificate from Chartered Accountant for details of financial capability as per attached format in the tender. 5. Documentary proofs for the above points should be submitted along with the UNPRICED BID failing which the offer shall not be considered for further evaluation. 6. SUBMISSION OF BID PART-I UN-PRICED BID (TECHNO-COMMERCIAL BID): The un-priced bid must be complete with the following: All technical and commercial details other than the rate (i.e. identical to Part II with rate blanked out) EMD/Bid bond Bidder shall attach a scanned copy of EMD in the Technical Part of Tender Documents under the folder EMD. However, bidder must send the original EMD of requisite value as indicated for respective cities/cumulative to GAIL Gas Limited, B-35 & 36, Jubilee Tower, Sector-1, Noida (UP) payable at Noida in a sealed envelope super scribing the Tender Reference number. Documentary evidences towards Bidders Eligibility Criteria (BEC) and other documents sought under this tender document.
6 Tender documents should be digitally signed through a valid Class 3 Digital certificate. PART-II PRICED BID (Schedule of Rates): Bidders shall submit the Price Bids strictly as per the format attached with this tender. Bidders shall download the Schedule of rate (SOR) attachment from the e- tender portal and shall use the same format for attaching/ uploading the SOR/Price Bid in our E-tender Portal. It should contain only the schedule of rates complete with rates duly filled in and no terms & conditions should be put in priced bid. Priced bid containing any new/fresh conditions (not mentioned in the un-priced bid) shall be liable for rejection. 7. Bid must be submitted within the stipulated date and time as indicated in the tender. The bid must be valid for 120 days from the final date of Tender closing. 8. Bid submitted manually through post/courier/telex/fax/telegram will not be acceptable. 9. GAIL Gas assumes no responsibility for non-submission of bids by the bidder through our e- Tendering system on account of delay in the submission at the bidders end. Bidders shall ensure that they submit the bid well before the due date and time of bid submission. GAIL Gas shall not be responsible if bidder is not able to submit the bid on account of failure in network/ internet connection at bidders end. Bidder shall obtain the digital certificate (class 3) on their own and GAIL Gas is not at all responsible for bidder not having acquired the Valid Digital Certificate. The Bidders may refer to our addendum to ITB for getting the valid digital certificate. 10. Any bidder who wishes to quote against this tender may download the bidding document from GAIL Gas website ( and submit the Bid complete in all respect online on this website i.e. as per terms & conditions of this tender on or before the due date and time along with an undertaking that the contents of the Bidding Document have not been altered or modified. 11. SUBMISSION OF SCANNED COPIES OF CERTIFICATES/ DOCUMENTARY EVIDENCES: The bidders are required to submit scanned copies of all certificates/documentary evidences towards the proof of meeting the stated Bidder s Eligibility criteria along with the other requisite documents through e-tender system: Scanned copies of all the relevant documents viz. Work order, execution certificate and all the documents as mentioned in the Tender. Scanned copy(ies) of partnership deed (in case of partnership firm) and Articles of association in case of limited company and power of attorney. i) Copy of balance sheet and P & L statement duly signed and stamped by auditors ii) Scanned copy of an undertaking (by the bidders who quotes by down loading the tender from web site) on non - judicial stamp paper of appropriate value duly notarized stating that The contents of the Tender Document have not been modified or altered by M/s (Name of the bidder with complete address). In case, it is found that the tender document has been modified / altered by the bidder, the bid submitted by the M/s (Name of the bidder) shall be liable for rejection. Non-submission of the Scanned copies of the requisite certificates/documents shall render the bid non-responsive and shall be liable for rejection. 12. Please note that this is a zero deviation tender. Bidders are advised to strictly confirm compliance to tender conditions and not to stipulate any deviation / conditions in their offer. Subsequent to bid submission, GAIL Gas will not seek confirmations / clarifications and any
7 bid(s) not in line with tender conditions shall be liable for rejection. Bidders are also requested to submit the documents / confirmations strictly as per the check list enclosed in the tender document. 13. Bidders may depute their authorized representative to attend the bid opening. Bidders selected for opening of their priced bid shall be informed about the date and time of price bid opening. 14. Any change in bid after due date of submission of tender is not allowed. 15. Bidders are advised in their own interest to ensure that their bids are submitted well before the closing date and time of the tender as the e-tendering system will not allow submission of the bid once the closing date and time of the tender has reached. 16. The Bidder is required to submit the bid along with their covering letter under letter head disclosing the name and designation of authorized person signing the bid, complete postal address of firm / company, telephone no., fax no., etc. 17. GAIL Gas reserves the right to accept or reject any or all bids received, at its absolute discretion, without assigning any reason whatsoever. THIS IS NOT AN ORDER. FOR & ON BEHALF OF GAIL Gas Limited, A.I.Borah Sr.Manager (C&P) AB02920@gail.co.in Ph no. : Extn NOTE: 1. Bidders are requested to fill all the Annexures as enclosed in the tender documents. Bidders must digitally sign all the attachment of tender document. 2. Bidders are requested to go through the document named: addendum to ITB which has been made available in our tender. This document shall over-ride & supersede any of the clause(s) found contradictory/conflicting elsewhere in the tender documents. This documents aims at providing guidelines / Instruction to bidders for submitting their bids through e-tendering System.
8 To In-charge (C&P) GAIL Gas Ltd B-35 & 36, 14 TH Floor,Jubilee Tower, Sector-1. Noida. Ph no. : Extn CONSENT LETTER Sub: Bid Document No. GAIL GAS/NOIDA/O&M/IA/PR-2111/ /80. E-tender no Dear Sir, We hereby acknowledge receipt of a complete set of bidding document along with enclosures for subject item/job and/or the information regarding the subject tender. o o We intend to bid as requested for the subject item/job and furnish following details with respect to our quoting office: Postal Address with Pin Code:. Telephone No. :. Fax No. : Contact Person : Address : Mobile No. :. Date : Seal/Stamp : We are unable to bid for the reasons given below: Reasons for non-submission of bid: Agency Name: Signature: Name :.. Designation:.. Date :.. Seal/Stamp:
9 Section-1 Cut out slip
10 Tender Fee/ EMD & Power of Attorney (Each in separate envelope) Bid Document No. : Bid Document No. GAIL GAS/NOIDA/O&M/IA/PR-2111/ /80. E-tender no Item : Tender for Appointment of Internal Auditor for GAIL GAS. Due date & time : ; Hrs From: To: In-Charge (C&P) GAIL Gas Limited, B-35 & 36,Jubilee Tower,14 th Floor, Sector-1 Noida (To be pasted on the outer envelope containing Tender Fee/ EMD & Power of Attorney)
11 Section 2 INSTRUCTIONS TO BIDDERS & ADDENDUM TO INSTRUCTION TO BIDDERS FOR e-tendering
12 Instruction of bidders A. General 1. Scope of Bid The Employer, as defined in the General Conditions of Contract, hereinafter the Employer, wishes to receive bids for the Work as described in Section 5 i.e. Scope of work hereinafter referred to as the Works. The successful bidder will be expected to complete the Works within the period stated in Special Conditions of Contract. Throughout these bidding documents, the terms bid and tender and their derivatives ( bidder/ tenderer, bid/ tendered, bidding/ tendering, etc.) are synonymous, and day means calendar day. Singular also means plural. The bidder should submit all the relevant documents duly notarized by Notary Public along with the UN-PRICED BID for meeting BEC, failing which their bid shall not be considered for further evaluation and shall be rejected and on demand by GAIL Gas, Bidder should produce the originals to GAIL Gas for verification 2. Eligible Bidders Bidders shall, as part of their bid, submit duly executed power of attorney authorizing the signatory of the bid to bind the bidder. This invitation for bid is open to any bidder and to pre-qualified bidders. A bidder shall not be affiliated with a firm or entity (i) (ii) That has provided consulting services related to the Works to the Employer during the preparatory stages of the Works or of the Project of which the works form a part, or That has been hired (or is proposed to be hired) by the Employer as Engineer/ Consultant for the contract. The bidder shall not be under a declaration of ineligibility by Employer for corrupt or fraudulent practices. The bidder or any member of the Consortium is not put on holiday by GAIL Gas or black listed by any Government Department / Public Sector. Bidders shall submit proposals of work methods and schedule in sufficient detail to demonstrate the adequacy of the bidders proposals to meet the technical specifications and the completion time referred to in Clause 1 above. 3. One Bid per Bidder A firm shall submit only one bid in the same bidding process. No firm can be a subcontractor while submitting a bid individually in the same bidding process. A firm, if acting in the capacity of subcontractor in any bid, may participate in more than one bid, but only in that capacity. A bidder who submits or participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified. 4. Cost of Bidding
13 The bidder shall bear all costs associated with the preparation and submission of the bid, and GAIL Gas will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 5. Site Visit 5.1 The bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the bidder s own expense. The bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the bidder, its personnel, and agents will release and indemnify the Employer 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 Employer may conduct a Site visit concurrently with the pre-bid meeting 6. Content of Bidding Document B. Bidding Documents The Bidding Documents/Tender Documents are those stated below and should be read in conjunction with any addenda issued in accordance with ITB Clause 10. Section 1 Cut-out slips Section 2 Instructions to Bidders Section 3 General Conditions of Contract Section 4 Scope of Work Section 5 Bid form & Schedule of Rates Section 6 Format I, II, IV V, VIII, IX and X Section 7 Disclaimer The bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. The Request for Quotation (RFQ) together with all its attachments thereto, shall be considered to be read, understood and accepted by the bidders. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at bidder s risk and may result in the rejection of his bid. 7. Clarification of Bidding Documents 7.1 A prospective bidder requiring any clarification (s) of the bidding Documents may notify M/s GAIL Gas Limited in writing or by fax at mailing address indicated in the Request for quotation not later than 08 days prior to the deadline. GAIL Gas may, if deem appropriate, respond in writing to the request for clarification. Written copies of GAIL Gas response (including an explanation of the query but without identifying the source of the query) will be sent to all prospective bidders who have received the bidding documents. Any Clarification or information required by the bidder but same not received by the Employer, fifteen days prior to the bid due date, the same is liable to be considered as no clarification / information required. 7.2 Pre-bid meeting: (If mention in IFB/RFQ). The bidders or their designated representatives are invited to attend the pre bid meeting at the date and place. The bidder is requested, as far as possible, to submit any query by courier or fax/ to reach GAIL Gas not later than one week before the meeting. It may not be
14 practicable at the meeting to answer queries received late but queries and responses/ clarifications will be transmitted in accordance with the following sub- clause. The text of queries raised and responses prepared after pre bid meeting will be transmitted to all the purchasers of the bidding documents and will also be hosted at GAIL Gas website prior to the bid due date. Any modifications of the bidding documents listed in clause 6 of ITB that may become necessary as a result of the pre bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to clause no 8 of ITB and not through the minutes of Pre bid meeting. 8. Amendment of Bidding Documents At any time prior to the bid due date, GAIL Gas may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents. The amendment will be notified in writing or by fax or to all prospective bidders, at the address, fax numbers, id provided by the bidder, who have received the Bidding Documents and will be binding on them. In order to afford prospective bidders, reasonable time in which to take the amendment into account in preparing their bids, GAIL Gas may, at its discretion, extend the bid due date. 9. Language of Bid C. Preparation of Bids 9.1 The bid prepared by the bidder and all correspondence/drawings and documents relating to the bid exchanged by bidder and GAIL Gas shall be written in English language. Any printed literature furnished by the bidder may be written in another language so long as accompanied by an ENGLISH translation duly authenticated by the chamber of commerce of Bidders country, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern. Metric measurement system shall be applied. 10. Documents Comprising the Bid (Changed to the extent of e-tendering- please refer Addendum to ITB) The bid prepared by the bidder shall comprise the following components: Envelope -1: Super scribing Techno-Commercial Un priced Bids (PART-I) (to be submitted in e-tender mode at Collaboration folder) and shall contain the following: Covering Letter mentioning details of submission of tender along with enclosed documents:- Bidder s general details/information as per format F-I. Power of Attorney in favour of person(s) signing the bid that such person (s) is/are authorized to sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be binding on the bidder. Copies of annual Turnover as required in format F-II.
15 Copies of documents as required in F-III A confirmation that prices in requisite formats, strictly complying with the requirement, are in envelope number II Price Bid. Documents establishing the eligibility and conformity to the Bid Documents of all Goods and services, which the bidder proposes to supply under the award. Such document may be, literature, drawing or data and shall also include (a) the detailed description of the Good s essential technical and performance characteristics; (b) a clause by clause commentary on Employer s technical specification and demonstrating supplies substantial responsiveness to the specifications. Bid security for amount specified in IFB and in accordance with Clause 14 of ITB to be furnished either in the form of Cashier s / Banker s cheque / Bank Draft payable to GAIL Gas Ltd. at NOIDA (UP) / Bank guarantee as per format F-IV Certificate as per format F-V Current commitments strictly as per form F-VI. Checklist for bidder as per format F-VII Information duly filled in Format F-VIII Confirmation of no deviation as per Format F-IX. Letter of authority in favour of any one or two of bidder s executives having authority to attend the un-priced and price bid opening on specified dates and venue as per Format F-X. Agreed Terms & Conditions duly filled-in Format F-XI. Bidders are also required to submit copies of latest valid Employees Provident Fund registration certificate, ESIC and service tax registration. Bidder s declaration that they are not under liquidation, court receivership or similar proceedings. Any other information/details required as per bid document. Note: All uploaded documents are required to be digitally signed by authorized person of the bidder. Envelope II: Super scribing Price Bid- Not to Open with Techno- Commercial Un priced Bid PART-II Part-II price Bid: (to be submitted in e-tender mode at SRM): (i) Part-II shall contain Schedule of Rates in prescribed format duly filled in and duly signed and no conditions what so ever. Envelope III: Super scribing Bid Security - PART-III (to be submitted physically) Part-III shall contain original Bid security, (if not submitted on or before the time of pre-bid meeting) and Power of Attorney (in favour of the person who have signed the bid document digitally) in sealed envelope pasted with corresponding Cut - Out Slip. 11. Bid Prices (Changed to the extent of e-tendering- please refer Addendum to ITB
16 11.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole works as described in Bidding Document, based on the unit rates and prices submitted by the Bidder and accepted by the EMPLOYER. Bidder shall quote all inclusive prices for entire scope of work as specified in bid document with single point responsibility basis Prices must be filled in format for Schedule of Rates enclosed as part of Bidding Document. If quoted in separate typed sheets and any variation in item description, unit or quantity is noticed; the bid is liable to be rejected. Bidder shall quote for all the items of Schedule of Rates after careful analysis of cost involved for the performance of the completed item considering all parts of the Bidding Document. In case any activity though specifically not covered in description of item under Schedule of Rates but is required to complete the works as per Scope of Work, Scope of supply, Specifications, Standards, Drawings, General Conditions of Contract, Special Condition of Contract or any other part of Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity. Items against which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the SOR All duties and taxes including, Works Contract tax and other levies payable by the Contractor under the Contract, or for any other cause, shall be included in the rates and prices and the total bid price submitted by the bidder. Service tax is to be quoted separately Prices quoted by the bidder, shall remain firm and fixed and valid until completion of the Contract and will not be subject to variation on any account except as provided for elsewhere in this tender document The Bidder shall quote the prices both in figures as well as in words. There should not be any discrepancies between the price indicated in figures and the price indicated in words Alternative bids shall not be considered Discount/rebate if any, must be included in the quoted price and only discounted price is to be quoted in SOR. In case any bidder offer discount/rebate separately, the same will not be considered for comparative evaluation of their bid vis-à-vis other bid but such discount/rebate will be considered at the time of ordering, if such a bidder still get the order based on the price quoted without discount. 12. Bid Currencies Bidders may submit bid in Indian Rupees only. 13. Bid Validity 13.1 Bids shall be kept valid for 120 days from the final bid due date. A bid valid for a shorter period may be rejected by GAIL Gas as non-responsive In exceptional circumstances, prior to expiry of the original bid validity period, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by fax / . A bidder may refuse the request without forfeiture of his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of its bid security for the period of the extension and in accordance with tender in all respects. 14. Bid Security (Changed to the extent of e-tendering- please refer Addendum to ITB)
17 14.1 Pursuant to Clause-10, the bidder shall furnish, as part of his bid, bid security in the amount specified in the Request for Quotation (RFQ)/IFB The bid security is required to protect GAIL Gas against the risk of bidder s conduct which would warrant the security s forfeiture, pursuant to Clause-14.6 GAIL Gas shall not be liable to pay any bank charges, commission or interest on the amount of Bid Security. In case Bid Security is in the form of a Bank Guarantee or irrevocable Letter of Credit, the same shall be from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve bank of India as scheduled foreign bank in case of Indian bidder and from any reputed International bank or Indian scheduled bank in case of foreign bidder. However, in case of Bank Guarantee from banks other than the Nationalized Indian banks, the bank must be commercial bank having net worth in excess of Rs 100 crores and a declaration to this effect should be made by such commercial bank either in the Bank Guarantee itself or separately on its letterhead. Bid Security shall be valid for 2 months beyond the validity of the Bid Any bid not secured in accordance with Clause-14.1 and 14.2 may be rejected by GAIL Gas as non-responsive Unsuccessful bidder s bid security will be discharged/returned as promptly as possible, but not later than 30 days after the expiration of the period of bid validity prescribed by GAIL Gas, pursuant to ITB Clause The successful bidder s bid security will be discharged upon the bidder s accepting the award & signing the Agreement, pursuant to Clause-34 and furnishing the Contract Performance Security pursuant to Clause The bid security may be forfeited: i) If a bidder withdraws his bid during the period of bid validity. ii) in the case of a successful bidder, if the bidder fails: iii) to accept the Notification of Award/Fax of Intent (FOI) or iv) to furnish Contract Performance Security in accordance with Clause-35. v) to accept arithmetical corrections Bid Security should be in favour of GAIL Gas Limited and addressed to GAIL Gas. In case Bid Security is in the form of Bank Guarantee or Letter of Credit, the same must indicate the Bid Document and the work for which the bidder is quoting. This is essential to have proper co-relation at a later date. The Bid Security shall be in the form provided at F-4 (Bank Guarantee) For Indian Bidders : Central Public Sector Undertakings and firms registered with NSIC are exempted from furnishing bid security provided they are registered for the quoted items up to the monetary limit they intend to quote and subject to their enclosing with their bid a copy of the latest and current Registration Certificate. 15. Format and Signing of Bid(changed to the extent of e-tendering please refer addendum to Instruction to Bidders) The original and all copies of the bid shall be typed or written in indelible ink (in the case of copies, photocopies are also acceptable) and shall be signed by a person or persons duly authorized to sign on behalf of the bidder. The name and position held by each person signing, must be typed or printed below the signature. All pages of the bid except for unamended printed literature where entries or amendments have been made shall be initialed by the person or persons signing the bid The bid shall contain no alterations, omissions, or additions, unless such corrections are initialed by the person or persons signing the bid. 16. Zero Deviation
18 Bidders to note that this is a ZERO DEVIATION TENDER. GAIL Gas will appreciate submission of offer based on the terms and conditions in the enclosed General Conditions of Contract (GCC), Special Conditions of Contract (SCC), Instructions to Bidders (ITB), Scope of Work, technical specifications etc. to avoid wastage of time and money in seeking clarifications on technical/commercial aspects of the offer. Bidder may note that no technical and commercial clarifications will be sought for after the receipt of the bids. Bids with any deviation to the bid conditions shall be liable for rejection. Following is the BID REJECTION CRITERIA: Any deviation to the following clauses will lead to rejection of bid as the bid will be considered as Non-responsive. No technical and commercial clarifications will be sought for such bids. 1. Firm Price 2. EMD/Bid Bond 3. Scope of Work 4. Specification 5. Price Schedule 6. Delivery/ Completion Schedule 7. Period of Validity of bid 8. Arbitration / Resolution of Disputes. 9. Force Majeure 10. Applicable Laws 11. Payment terms 12. Submission of prices in unpriced/technical bid. 13. Any other condition specifically mentioned in the tender documents elsewhere that noncompliance of the clause leads to rejection of bid. 17. E-Payment The invoices must be addressed to: Engineer-In-charge (Noida) B-35 & 36, Jubilee Towers, 13 th Floor Noida (U.P) Bidders have to furnish details of their bank account in the following format: a. Account no. b. Account Type c. Bank Name d. Branch Name and Address e. Branch Code f. MICR Code g. PAN GAIL Gas Limited has initiated payments to suppliers and contractors electronically and to facilitate the payments electronically,. D. Submission of Bids 18. Sealing and Marking of Bids (Changed to the extent of e-tendering- please refer Addendum to ITB) 18.1 a) Bid shall be submitted in the following manner in separately sealed envelopes duly super scribed as below as headings of envelope: Part I - Techno-commercial/ unpriced Bid
19 Part II - Priced Bid Part III Original Bid Security b) Bid must bear the Bid Document No., and the words DO NOT OPEN BEFORE 1500 HRS. ON. In addition to the information required in sub-clause (a) and (b) above, the inner envelopes shall also indicate the name and address of the Contractor Part 'I' shall contain original and one copies of UNPRICED BID complete with all technical and commercial details other than price (with prices blanked out and copies of bid security). All the unpriced bids shall be completely identical in all respects including enclosures and shall be enclosed in separately sealed envelopes duly pasted with the corresponding cut-out slip enclosed. In the event of any discrepancy between them, the original shall govern. The envelope shall also indicate the name of the bidder Part 'II' PRICED BID shall be submitted in one original and one copies with duly filled in Price schedule sealed in a separate envelope duly pasted with the corresponding cut-out slip enclosed. All the priced bids shall be completely identical in all respects. In the event of any discrepancy between them, the original shall govern. Part III BID SECURITY in original shall be submitted sealed in a separate envelope duly pasted with the corresponding cut-out slip enclosed The three envelopes containing PART 'I', PART II and PART `III' should be enclosed in a larger envelope duly sealed and marked pasted with corresponding CUT OUT SLIP enclosed and also bear the name and address of the Bidder. If the outer envelope is not sealed and pasted with the corresponding cut-out slip, GAIL Gas will assume no responsibility for the Bid's misplacement or premature opening Each bidder shall submit only one bid. A bidder who submits more than one bid will be rejected. 19. Deadline for Submission of Bids (Changed to the extent of e-tendering- please refer Addendum to ITB) 19.1 Bids must be received by GAIL Gas at the address specified in the Request for Quotation (RFQ) not later than the date and time stipulated in the RFQ GAIL Gas may, in exceptional circumstances and at its discretion, on giving reasonable notice by fax or any written communication to all prospective bidders who have been issued the bid documents, extend the deadline for submission of bids, in which case all rights and obligations of GAIL Gas and the bidders, previously subject to the original deadline will thereafter be subject to the deadline as extended. 20. Late Bids Any bid received by GAIL Gas after the deadline for submission of bids prescribed on main body of RFQ will be rejected and returned unopened to the bidder. 21. Modification and Withdrawal of Bids 21.1 The bidder may modify or withdraw his bid after the bid submission but before the due date for submission, provided that written notice of the modification/withdrawal is received by GAIL Gas prior to the deadline for submission of bids The modification shall also be prepared, sealed, marked and dispatched in accordance with the provisions of Clause 18, with the outer and inner envelopes additionally marked modification or withdrawal, as appropriate. A withdrawal notice may also be sent by telex or cable, but followed by a signed confirmation copy post marked not later than the deadline for submission of bids.
20 21.3 No bid shall be modified after the deadline for submission of bids No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the bidder s forfeiture of his bid security pursuant to Sub-Clause E. Bid Opening and Evaluation 22. Bid Opening (Changed to the extent of e-tendering- please refer Addendum to ITB) 22.1 Unpriced Bid Opening: GAIL Gas will open bids, including withdrawals and modifications made pursuant to Clause 21, in the presence of bidders designated representatives who choose to attend, at date, time and location stipulated in the RFQ. The bidders representatives, who are present shall sign a bid opening register evidencing their attendance Priced Bid Opening: GAIL Gas will open the price bids of those bidders who meet the qualification requirement and whose bids are determined to be technically and commercially responsive. Bidders selected for opening of their price bids shall be informed about the date of price bid opening. Bidders may depute their authorized representative to attend the opening. The bidders representatives, who are present shall sign a register evidencing their attendance The price bids of those bidders who were not found to be techno-commercially responsive shall be returned unopened after opening of the price bids of techno-commercially responsive bidders. 23. Process to be Confidential 23.1 Information relating to the examination, clarification, evaluation, and comparison of bids, and recommendations for the award of a contract, shall not be disclosed to bidders or any other persons officially concerned with such process. Any effort by a bidder to influence the Employer s processing of bids or award decisions may result in the rejection of the bidder s bid. 24. Contacting the Employer From the time of bid opening to the time of Contract award, if any bidder wishes to contact the Employer on any matter related to the bid, it should do so in writing. Any effort by the bidder to influence the Employer in the Employer s bid evaluation, bid comparison, or Contract award decisions may result in the rejection of the bidder s bid. 25. Examination of bids and Determination of Responsiveness Prior to the detailed evaluation of bids, the Employer will determine i) whether each bid has been properly signed; ii) is accompanied by the required securities iii) is substantially responsive to the requirements of the bidding documents; iv) and Provides any clarification and/or substantiation that the Employer may require to determine responsiveness pursuant to Sub-Clause A substantially responsive bid is one which conforms to all the terms, conditions and specifications of the bidding documents without material deviations or reservations. A material deviation or reservation is one
21 (a) (b) (c) That affects in any substantial way the scope, quality, or performance of the Works; That limits in any substantial way, inconsistent with the bidding documents, the Employer s rights or the bidder s obligations under the contract; or Whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids If a bid is not substantially responsive, it will be rejected by the Employer and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. 26. Correction of Errors 26.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows: (a) (b) Where there is a discrepancy between the amounts in words and in figures, the amount in words will govern; and Where there is a discrepancy between the unit rate and the total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern The amount stated in the bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the bidder, shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of bid, its bid will be rejected, and the bid security shall be forfeited. 27. Evaluation and comparison of prices of previously determined substantially responsive bids shall take into account stipulations given in Article Evaluation and Comparison of Bids 28.1 The evaluation and comparison of bids will be done as per the provisions of the bid evaluation criteria as stated in the RFQ/IFB Bids shall be evaluated on the basis of overall amount quoted to complete the job in all respect. RATES WILL BE INCLUSIVE OF ALL TAXES & DUTIES EXCEPT SERVICE TAX. Applicable Rate of Service Tax shall be mentioned separately in SOR The award of work shall be based on City wise evaluated cost including Service Tax quoted by the bidder. F. Award of Contract 29. Award Subject to Clause 25, GAIL Gas will award the contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the lowest, is determined to be qualified to satisfactorily perform the contract. 30 Employer s Right to Accept Any Bid and to reject any or All Bids GAIL Gas reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for GAIL GAS ACTION. 31. Notification of Award
22 Prior to the expiration of period of bid validity GAIL Gas will notify the successful bidder in writing by fax, cable or telex to be confirmed in writing, that his bid has been accepted. The notification of award / Fax of Intent will constitute the formation of the Contract. Delivery shall be counted from the date of notification of award / Fax of Intent. The notification of award will constitute the formation of a Contract, until the Contract has been affected pursuant to signing of Contract as per Clause 35 of ITB. Upon the successful bidder s furnishing of contract performance security, pursuant to Clause 36 of ITB, GAIL Gas will promptly notify each unsuccessful bidder and will discharge his bid security, pursuant to Clause 14 of ITB. 32. Signing of Agreement GAIL Gas will award the Contract to the successful bidder, who, within 15 days of receipt of the same, shall sign and return the acceptance copy to GAIL Gas. The successful bidder shall be required to execute an AGREEMENT in the proforma given in of this standard bidding document on non-judicial paper of appropriate value (the cost of stamp paper shall be borne by the Contractor), within 15 days of the receipt by him of the Notification of Acceptance of Tender. In the event of failure on the part of the successful bidder to sign the AGREEMENT within the above stipulated period, the Bid Security shall be forfeited and the acceptance of the tender shall be considered as cancelled. 33. Contract Performance Security:- Not Applicable 34. Corrupt or Fraudulent Practices 34.1 GAIL Gas requires that bidders/contractors observe the highest standard of ethics during the execution of contracts. In pursuance of this policy, the Employer: a) Defines, for the purposes of this provision, the terms set forth below as follows: Corrupt practice means the offering, giving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition; b) will reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; c) Will declare a firm ineligible and put on holiday, either indefinitely or a for a stated period of time if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a contract a) Bidders are required to furnish the complete and correct information/documents required for evaluation of their bids. If the information/documents forming basis of evaluation is found to be false /forged, the same shall be considered adequate ground for rejection of the bids and forfeiture of Earnest Money Deposit. b) In case, the information/document furnished by the vendor/contractor forming basis of evaluation of his bid is found to be false/forged after the award of the contract, GAIL Gas shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such vendor/contractor without any prejudice to other rights available to GAIL Gas under the contract such as forfeiture of CPBG/Security Deposit,
MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL)
MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR RATE CONTRACT FOR THE PERIOD OF 2 YEARS FOR HIRING OF SUPPORT SERVICES
More informationMAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL)
GAS L TD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR Development & Implementation of Dynamic Web Application, Hosting & AMC for UNDER LIMITED
More information(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 informationSUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT
SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018
More informationCost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal
UNIVERSITY OF KARACHI KARACHI Ref: P.O./2018-112488 Cost of form Rs. 2,000/= =(Non refundable) BIDDING DOCUMENT EXAMINATIONN TABLES, EXAMINATION CHAIRS, SHAMIANAS, QANATS ETC. ARE REQUIRED ON HIRING BASIS
More informationProcurement 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 informationGAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company)
GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) PEST CONTROL SERVICE AT GAIL s TERMINAL AND RR STATION OF NCR REGION TENDER/BID DOCUMENT NO: GAIL/NOIDA/C&P/13006 Contact person
More informationMinistry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed
Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track
More informationGovernment of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.
Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium
More informationLIMITED DOMESTIC COMPETITIVE BIDDING BID DOCUMENT FOR. Hiring of Pest, Rodent, Reptile Control Services for Pipeline Installations of DBPL
GAIL (India) Limited (A Government of India Undertaking) A Maharatna Company Corporate Miller, 2 nd Floor, 332/1, Thimmaiah Road, Vasanthnagar, Bangalore 560 052 BID DOCUMENT FOR Hiring of Pest, Rodent,
More informationGOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO
W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT
More informationCost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT
Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF
More informationREPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)
REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive
More informationADVANCED TECHNICAL TRAINING
ADVANCED TECHNICAL TRAINING CENTRE AN ISO 9001:2008 CERTIFIED INSTITUTE BARDANG, SINGTAM, EAST SIKKIM - 737134 Telephones: (03592) 233482/9002735427/9434035381 Email: attc.skmpoly@gmail.com COMPETITIVE
More informationTHE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES
THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS
More informationDIRECTORATE 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 informationGAIL(INDIA) LIMITED,
GAIL(INDIA) LIMITED, 16, BHIKAI JI CAMA PLACE, R.K. PURAM, NEW DELHI - 110066 BIDDING DOCUMENT No. GAIL/ND/HR-C&P/2011/0067 BID DOCUMENT FOR Hiring of 01 No. TATA SUMO Grande MK-II EX vehicle for Emergency
More informationGAIL (India) Limited P.O. - Pata, District - Auraiya (U.P.), Pin Phone Nos
GAIL (India) Limited P.O. - Pata, District - Auraiya (U.P.), Pin 206 241 Phone Nos. 05683-282356 TENDER FOR ANNUAL RATE CONTRACT FOR PAINTING OF SAFETY BOARDS, BANNERS ETC AT GAIL, PATA. (LIMITED DOMESTIC
More informationSTANDARD 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 informationBidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department
P a g e 1 Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department PART ONE (FIXED) Instructions to Bidders
More informationSTANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)
STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana
More informationMAHARASHTRA NATURAL GAS LTD, PUNE (JV of GAIL (India) Ltd & BPCL)
NATURAL GAS LTD, PUNE (JV of GAIL (India) Ltd & BPCL) BID DOCUMENT FOR Supply of Laptops, Supply & Installation of MS Office & Quick Heal Antivirus in Laptops / Desktops at various offices of MNGL, Pune
More informationProcurement of Small Works
STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any
More information4. A bid Security of US $1, must be submitted along with the bid.
i Invitation for Bids (IFB) Cooperative Republic of Guyana Tender Specification Number GPL - PI - 018-2014 Engineering, Procurement and Construction of a water treatment system at Vreed-en-Hoop 1. The
More informationGOVERNMENT OF KARNATAKA
Annexure I K/W-1 GOVERNMENT OF KARNATAKA -------------------------------------------------- (Name of Organization) ------------------------------------------------ ----------------------------------------------
More informationProcurement of Works & User s Guide
S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial
More informationEquip_Comp_Desktops Inst_Level_Revised
Bid Document Equip_Comp_Desktops Inst_Level_Revised E-1 1 NCB The National Institute of Engineering Manandavadi Road, Mysore-570 008 TEQIP Cell contact No. 0821-2480475 Fax No. 0821-2485802 BID REFERENCE
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-06-2017 TENDER FOR ASBESTOS REMOVAL AND ROOFING OF MATENDENI STAFF HOUSES & 7- FORKS PRIMARY. (EXCLUSIVE TO FIRMS OWNED BY THE WOMEN ). Kenya Electricity
More informationRequest 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 informationMILLENNIUM CHALLENGE GEORGIA FUND
MILLENNIUM CHALLENGE GEORGIA FUND Samtskhe-Javakheti Roads Rehabilitation Project CONTRACT No. SJRRP/CW/08 BIDDING DOCUMENT VOLUME I Issued on: 8 January, 2010 Employer: Millennium Challenge Georgia Fund
More informationWest Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District
The United Nations Development Program UNDP i West Bank and Gaza Avian Influenza Prevention and Control Project (AIPCP) Bidding Documents for Procurement of: Construction of Ramallah Central Veterinary
More informationMAHARASHTRA 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 informationTENDER FOR VALUATION OF GAIL ASSETS TENDER NO: GAIL/ND/C&P/F&A/ /S-51/2013. (E-Tender No )
ग ल (इ डय ) ल मट ड GAIL (INDIA) LIMITED GAIL (India) Limited 16, BHIKAIJI CAMA PLACE, R K PURAM, NEW DELHI-110066 INDIA TENDER DOCUMENT FOR VALUATION OF GAIL ASSETS TENDER NO.: GAIL/ND/C&P/F&A/20045037/S-51/2013
More informationग ल (इ डय ) ल मट ड. GAIL (India) Limited. (A Government of India Undertaking)
GAIL (India) Limited (A GOVT. OF INDIA UNDERTAKING) 3 rd FLOOR, MMRDA BUILDING, BANDRA KURLA COMPLEX, BANDRA(EAST), MUMBAI-400 051, (INDIA) TENDER NO: GAIL/MZO/C&P/20010635 TENDER DOCUMENT FOR CATERING
More informationGOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE
W 2/LS GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) NAME OF WORK : PERIOD OF SALE OF : FROM BIDDING DOCUMENT TO TIME AND DATE OF : DATE TIME HOURS PRE-BID
More informationKENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/
MOMBASA Beach Hotel NGULIA Safari Lodge VOI Safari Lodge KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/2017-2018 KENYA
More informationConstruction of MLD Water Treatment Plant at Taba LAP
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENTS THIMPHU THROMDE BIDDING DOCUMENTS FOR SECOUND BHUTAN URBAN DEVELOPMENT PROJECT PACKAGE-VII Construction of 10.00 MLD Water Treatment Plant
More informationProcurement of Health Sector Goods
STANDARD TENDER DOCUMENTS Procurement of Health Sector Goods (Pharmaceuticals, Vaccines, and Condoms) Public Procurement Board Accra, Ghana March 2004 INTRODUCTION AND INSTRUCTIONS These Standard Tender
More informationREPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS.
REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS. TENDER NO. TCG/F&P/5/2017-2018 SEPTEMBER 2017 TABLE OF CONTENTS
More informationProcurement of Works & User s Guide
S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank Washington, D.C. May 2006 revised March and April 2007, May 2010, August 2010 ii August 2010 Revision
More informationProcurement of Goods
Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Goods The World Bank March
More informationBIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17
i BIDDING DOCUMENT TENDER No. : ZICTA/ORD/05/17 TENDER FOR THE PROVISION OF AIR TRAVEL MANAGEMENT SERVICES ON CONTRACTUAL BASIS FOR A PERIOD OF 12 MONTHS TO THE ZAMBIA INFORMATION AND COMMUNICATIONS TECHNOLOGY
More informationMaster Bidding Documents Procurement of Goods and User s Guide
Master Bidding Documents Procurement of Goods and User s Guide This Master Bidding Document for Procurement of Goods and User s Guide have been prepared through the joint efforts of the Multilateral Development
More informationNational Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT
National Institute of Technology, Raipur TEQIP Cell contact No. 07712254200 BID REFERENCE NO: TEQIP-III/nitr/26 NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT UNDER TECHNICAL EDUCATION QUALITY
More informationTENDER DOCUMENT FOR DEVELOPMENT & MAINTENANCE OF HORTICULTURE WORKS AT FARIDABAD TERMINAL. : GAIL/FBD/GAS-O&M/M-18/HORT/2006
GAIL (India) Limited (A Govt. of India Undertaking) FARIDABAD TERMINAL, VILLAGE- MUJEHDI,P.O NEEMKA NTPC COMPLEX, BALLABGARH, FARIDABAD -121004 Ph.0129-2401692 TENDER DOCUMENT FOR DEVELOPMENT & MAINTENANCE
More informationInformation and Communication Technology Agency of Sri Lanka
Information and Communication Technology Agency of Sri Lanka BIDDING DOCUMENT Procurement of Supply, Delivery and Installation of Cluster Expandability for Critical Needs of Lanka Government Cloud - 1
More informationBID 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 informationTENDER FOR SUPPORT SERVICE FOR HEALTH CHECKUP (FITNESS FOR SERVICE) OF HVJ COMPRESSOR STATION PRESSURIZED STATIC EQUIPMEN S AT GAIL, JHABUA TENDER NO:
GAIL (India) Limited Jhabua Compressor Station, Village-Gehlar Kalan, Jhabua- 457 661 (M.P.); Ph: 07392 244582 (Extn-382); Fax: 07392-243308 TENDER FOR SUPPORT SERVICE FOR HEALTH CHECKUP (FITNESS FOR SERVICE)
More informationINDRAPRASTHA GAS LIMITED (IGL) TENDER DOCUMENT FOR RATE CONTRACT OF MAINTENANCE OF COMPRESSOR PACKAGES FOR A PERIOD OF 2 YEARS
INDRAPRASTHA GAS LIMITED (IGL) TENDER DOCUMENT FOR RATE CONTRACT OF MAINTENANCE OF COMPRESSOR PACKAGES FOR A PERIOD OF 2 YEARS TENDER DOCUMENT NO. IGL/ND/C&P/C12732 INDRAPRASTHA GAS LTD. INDEX IGL/ND/C&P/C12732
More informationfor 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 informationProvision of Janitorial & Related Services
i B I D D I N G D O C U M E N T S Issued on: 07 July 2018 for Provision of Janitorial & Related Services Ref No: RFP# 2018-11-01-02 Procuring Entity: Bank of Jamaica ii Table of Contents Part I Bidding
More informationDRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT
DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT FORM OF BID APPENDIX TO FORM OF BID FORM OF BID SECURITY INSTRUCTIONS
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION
More informationa) 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 informationDepartment of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008
Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 The Bidding Documents for
More informationGAIL (India) Ltd. (A Govt. of India Undertaking)
GAIL (India) Ltd. (A Govt. of India Undertaking) R e q u e s t f o r Q u o t a t i o n REF : GAIL/PATA/C&P/PSER/20009742/SR (CHEM/HDPE) 11/12/2006 M/S. SUB: SERVICE CONTRACT FOR CHEMICAL & MATERIAL HANDLING
More informationNAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD
NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WDF/SS/T/113/2016/2017 PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA
More informationGAIL (India) Ltd. (A Govt. of India Undertaking)
GAIL (India) Ltd. (A Govt. of India Undertaking) L e t t e r I n v i t i n g T e n d e r Ref No.: GAIL/PATA/C&P/20010361/LK/06 Date: 06/12/2006 To, GAIL WEBSITE VENDOR INDIA Vendor Code : 101019938 SUBJECT:
More informationBID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT
TEQIP II CELL COLLEGE OF ENGINEERING AND TECHNOLOGY Techno Campus, P.O.-Ghatikia,Bhubaneswar 751 003 FAX: 0674-2386182; E-mail: principalcet@cet.edu.in; Website: www.cet.edu.in Telephone: 0674-2386075
More informationCOUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES
COUNTY GOVERNMENT OF NYERI DEPARTMENT OF INFRASTRUCTURE DEVELOPMENT PROPOSED CONSTRUCTION OF GUMBA GICHAGI FOOTBRIDGE IN RUGI WARD CGN/INF/62/16-17 BILLS OF QUANTITIES ISSUED BY: COUNTY WORKS OFFICER COUNTY
More informationSTANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
GOODS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF GOODS Japan International Cooperation Agency (JICA) May 2013 Version 1.1 i Preface These Standard Bidding Documents for Procurement
More informationSubject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan
Bid Ref: JUBA/PP-SDOC/ITB-2010/057 (Re-Bid) 17th September 2010 Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan
More informationInternational Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION
i REPUBLIC OF LIBERIA NATIONAL ELECTIONS COMMISSION International Competitive Bidding BID DOCUMENT For the Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION IFBNo.NEC/SSE/ICB/001/2013/2014
More informationTHE CORE CONTRACT CONDITIONS (CCC) INDEX. CCC NO. Description Clause Reference
12 CORE CONDITIONS OF CONTRACT THE CORE CONTRACT CONDITIONS (CCC) INDEX CCC NO. Description Clause Reference CCC 1 Eligibility and Pre-qualification (PQ) a. Eligibility Criteria ITB Cl. 3.5 & 3.6 b. Pre-qualification
More informationNepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate
i Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate NEPAL-INDIA ELECTRICITY TRANSMISSION AND TRADE PROJECT Bidding Document For Procurement of Plant Design, Supply
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-023-2017 TENDER FOR DESIGN, MANUFACTURE, FACTORY TRAINING AND TESTING, DELIVERY, SUPERVISION OF ASSEMBLY, INSTALLATION, TESTING AND COMMISSIONING OF
More informationNIT for Tender No. GCO 8524 P19
NIT for Tender No. GCO 8524 P19 Oil India Limited, a Government of India Enterprise intends to hiring of services for upkeepment of coating material store and handling of materials located at PS-4, SEKONI,
More informationGOVERNMENT OF KARNATAKA
GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMAKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF ADDITIONAL
More informationNATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM
Telephone: +254-0709932000 Email: procurement@ntsa.go.ke Website: www.ntsa.go.ke Hill Park Plaza 5 th Floor P.O. Box 3602-00506 Nairobi, Kenya NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR.5140
More informationREPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS TENDER NO: JUD/135/2014-2015 1 AIR CONDITIONING WORKS
More informationConstruction & Maintenance
Standard Bidding Document For Pradhan Mantri Gram Sadak Yojana (PMGSY) For Construction & Maintenance December, 2015 National Rural Roads Development Agency Ministry of Rural Development Government of
More informationIssued in 28 th March, 2018
i REPUBLIC OF KENYA THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS (DASAR) KENYA DEVELOPMENT RESPONSE TO DISPLACEMENT IMPACTS PROJECT (KDRDIP)
More informationGOVERNMENT OF KARNATAKA
GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF BARBED
More informationUNDER DOMESTIC COMPETITIVE BIDDING. e-tender REFERENCE No. : e-tender available for bidding : at 0915 hrs.
TENDER (BID) DOCUMENT FOR CPL ON-OFF AND DCVG / CAT (WITH A FRAME) INTERFERENCE SURVEY AND REPAIR OF COATING DEFECTS ALONG 16 /14 /12 /10 /8 /6 /4 JAMNAGAR-LONI LPG MAIN & SPUR PIPELINE. UNDER DOMESTIC
More informationBIDDING DOCUMENT. For
i BIDDING DOCUMENT For Revamping of Old Campus Network: replacement of Core Switches Cisco 4500-X and 6500-X Procurement Number: AUC/AHRM/MIS/G/74/2018 Date: June, 2018 ii Table of Contents PART 1 Bidding
More informationGOVERNMENT OF KARNATAKA
Annexure IV GOVERNMENT OF KARNATAKA -------------------------------------------------- (Name of Organization) ------------------------------------------------ ----------------------------------------------
More informationKGN-SEC TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-SEC-01-2017 TENDER FOR DESIGN, CONSTRUCTION, FABRICATION AND INSTALLATION OF SECURITY GATES, GUARD HOUSES, FENCES AT OLKARIA (RESERVED FOR YOUTH FIRMS REGISTERED
More informationGOVERNMENT OF KARNATAKA
Annexure III K/W-3 GOVERNMENT OF KARNATAKA -------------------------------------------------- (Name of Organization) ------------------------------------------------ ----------------------------------------------
More informationGAIL (India) Limited Jamnagar
TENDER DOCUMENT FOR ANNUAL RATE CONTRACT (ARC) FOR OPERATION AND MAINTENANCE OF RIL DT, JAMNAGAR & EOL DT, VADINAR, SV STATIONS AND PIPELINE UNDER GAIL, JAMNAGAR O&M BASE. 1 IMPORTANT INSTRUCTIONS PLEASE
More informationBID DOCUMENTS For. Printing for PEEF Scholarship Forms
BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions
More informationNIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.
NIT for Tender No. GCO 8770 P19 Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. Tender No GCO 8770 P19 Service Description Services of maintaining OIL'S
More informationCENTRAL UP GAS LIMITED
CENTRAL UP GAS LIMITED (CITY GAS PROJECT IN KANPUR & BAREILLY) BID DOCUMENT FOR PROCUREMENT OF SERVO STABILIZER & CAPACITOR BANK BID DOCUMENT NO : CUGL/C&P/TEN1617/4,012 LIMITED DOMESTIC COMPETITIVE BIDDING
More informationBID DOCUMENT. Providing Gardening Services at the Academy Campus
Bid No. : NJA/Admin/Services-08/2017/09/ Date: 14/10/2017 BID DOCUMENT Providing Gardening Services at the Academy Campus NATIONAL JUDICIAL ACADEMY P.O. Suraj Nagar, Bhadbhada Road, Bhopal, 462044 (MP)
More informationNepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015
Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ-02/072-73 For Supply and Delivery Of Optical MODEM November, 2015 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,
More informationICSI 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 informationNEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate
NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate MARSYANGDI CORRIDOR 220 KV TRANSMISSION LINE PROJECT BIDDING DOCUMENT FOR Procurement of Plant Design,
More informationTENDER DOCUMENT TENDER NO. GAIL/KCS/C&P/13/73/ /PIPELINE DT
GAIL Complex, Sanwer Road, Nana Kheda UJJAIN - (M.P) 456010 TENDER DOCUMENT TENDER NO. GAIL/KCS/C&P/13/73/ 3300047370 /PIPELINE DT. 22.08.2012 NAME OF WORK:- IRC for Pipeline Maintenance under JIPPL BID
More informationNATIONAL COMPETITIVE BIDDING
E-1 January 2001 INDIAN VETERINARY RESEARCH INSTITUTE IZATNAGAR-243 122, U.P. (INDIA) Phone No.0581-2310392, Tel Fax No. : 0581 2310392; 05812301462/05812304538 NATIONAL COMPETITIVE BIDDING Sl No. 1. a)
More informationGAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA
BID DOCUMENT NO.: KGVPL/GAIL//2593 GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA HOT TAPPING OF GAIL PIPELINE NETWORK FOR K CHERUVU GVK VEMAGIRI PIPELINE PROJECT LIMITED DOMESTIC
More informationB i d d i n g D o c u m e n t. f or
NEPAD PLANNING AND COORDINATING AGENCY B i d d i n g D o c u m e n t f or T e n d e r F o r t h e P r o v i s i o n O f V i r t u a l D a t a C e n t r e S e r v i c e s F o r N E P A D P l a n n i n g
More informationYASHWANTRAO 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 informationGAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA
GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA LUCKNOW & KANPUR CITY GAS STATION (CGS) TELECOM CONNECTIVITY PROJECT BID DOCUMENT FOR PROCUREMENT OF TELECOMMUNICATION EQUIPMENTS UNDER
More information2.2 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 informationSTANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials
STANDARD BIDDING DOCUMENTS Procurement of Textbooks and Reading Materials The World Bank May 2004 This Bidding Document and its companion Technical Note are to assist borrowers and Bank staff working on
More informationSTANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard
More informationSECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES
SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES A. Introduction 1 Source of funds 2 Eligible goods and services 3 Cost of bidding B. Bidding Documents 4 Content of bidding documents 5 Clarification
More informationICSI 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 informationNATIONAL JUDICIAL ACADEMY P.O. Suraj Nagar, Bhadbahda Road, Bhopal Telephone (EPABX): , Fax:
Bid No. : NJA/Adm/ 2015-16/05 Date: 14/03/2016 BID DOCUMENT FOR Removal of existing bathroom fittings and providing and fixing/installation & testing of bathroom fittings at NJA Premises. NATIONAL JUDICIAL
More informationDirectorate of Information and Publications of Agriculture Indian Council of Agricultural Research
Directorate of Information and Publications of Agriculture Indian Council of Agricultural Research NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF COMPUTER SERVERS AND IT EQUIPMENTS BID REFERENCE: 2-1/2008-ARIS-DIPA
More informationIssued on: 28 th November 2017 Tender Closing date: 9 th January 2018 Time: a.m. Local time
i Procurement of Super of Cereal plus Corn Soya Blend ICB No: KEMSA/KHSSP-ONT-01/2017-2018 Project: HEALTH SECTOR SUPPORT PROJECT (HSSP) CREDIT No. 4771-KE Project ID No. P074091 Purchaser: KENYA MEDICAL
More information