TENDER DOCUMENTS FOR REMNANT LIFE ASSESSMENT (RLA) STUDY. HRU-1 Boiler (MP Boiler Reg. No: MP/3741) AND. HRU-2 Boiler (MP Boiler Reg.

Size: px
Start display at page:

Download "TENDER DOCUMENTS FOR REMNANT LIFE ASSESSMENT (RLA) STUDY. HRU-1 Boiler (MP Boiler Reg. No: MP/3741) AND. HRU-2 Boiler (MP Boiler Reg."

Transcription

1 TENDER DOCUMENTS FOR REMNANT LIFE ASSESSMENT (RLA) STUDY OF HRU-1 Boiler (MP Boiler Reg. No: MP/3741) AND HRU-2 Boiler (MP Boiler Reg. No: MP/3742) AND CONNECTED ACCESSORIES, PIPING IN CPP PLANT AT N.F.L., VIJAIPUR VIJAIPUR UNIT MECHANICAL DEPARTMENT

2 Introduction National Fertilizers Limited (NFL), a Govt. of India Undertaking is owning and operating fertilizer plants at four locations in India i.e. Nangal (Punjab), Bhatinda (Punjab), Panipat (Haryana) and Vijaipur, (Madhya Pradesh). The above plants consist of an Ammonia-Urea complex integrated with offsite facilities e.g. raw water treatment, DM water, Steam and power production facilities, Effluent treatment, cooling water system etc. The Line-I Plant located at NFL Vijaipur is in continuous operation since Captive Power Plant (CPP) located at NFL Vijaipur consists of two number of Kawasaki Make F-180 type water tube boiler namely HRU-1 (Heat Recovery Unit-1; MP Boiler Reg. No: MP/3741) and HRU-2 (Heat Recovery Unit-2; MP Boiler Reg. No: MP/3742), which were commissioned in the year RLA (Remnant Life Assessment) study of both the above mentioned boilers were done in the year 2013 after completing 25 years of operation as per Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A. As per Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A, next Remnant Life Assessment shall be carried out thereafter every five years by the organizations working in the field of boilers and remnant life and extension thereof after such organization is approved by the Central Boilers Board. As a statuary requirement under Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A, it is proposed to carry out Remnant Life Assessment (RLA) study of HRU-1 (Heat Recovery Unit-1; MP Boiler Reg. No: MP/3741) and HRU-2 (Heat Recovery Unit-2; MP Boiler Reg. No: MP/3742) and connected accessories, piping installed at Vijaipur plant. NFL desires to appoint Consultants who shall undertake RLA Study for these two boilers. Brief Details of Boilers: The brief details of the boilers are attached at Annexure- I and General Arrangement drawing of the boilers are attached at Annexure- XII.

3 HEAT RECOVERY UNIT HRU-1 AND HRU-2 Annexure-I MAKE: M/s Kawasaki Heavy Industries Ltd, Osaka, Japan Type of Boiler: KAWASAKI F-180 Type Heat Recovery Unit Item Number: SG-001 (HRU-1) and SG-002 (HRU-2) Diameter Inside: Steam Drum m; Water Drum mm Design Pressure: 53 Kg/CM 2 Year of Manufacturing: 1986 Total Heating Surface: m 2 Total Evaporation: 180 T/H (Capacity Maximum Continuous rating) Final Temperature of Steam: 382 o C (at De Super Heater Outlet) Description & Leading Dimensions: Diameter (mm) Length (mm) Steam Drum I.D Water Drum I.D Economiser tubes 38.1 O.D. --- Furnace water walls header O.D. 3214, 3114 super heater header O.D super heater Lower header O.D Economizer header O.D Convection tube header O.D De-super heater Bank tubes Upper & Lower connecting Tubes Furnace water walls tubes Boiler proper water wall tubes Super heater tubes Convection tubes O.D O.D O.D O.D O.D O.D O.D.

4 Eligibility Criteria Annexure-II 1. Technical criteria 1.1. The bidder must be approved by Central Boilers Board for RLA study and must be working in the field of boilers and Remnant life and extension thereof. The bidder shall furnish the documentary evidence in this regard & its validity. The validity of approval from Central Boilers Board for RLA study must be valid till Bidders must have executed similar work of RLA study and have got it certified from respective Directorate of Boilers during the last 7 years ending on last day of month previous to the Bid Closing date as below: i. Three similar completed works costing not less than the amount equal to Rs lacs. Or ii. Two similar completed works costing not less than the amount equal to Rs lacs. Or iii. One similar completed work costing not less than the amount equal to Rs 8.00 lacs. Similar means, RLA study of Boilers in accordance to Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A and in accordance to scope of work as per NIT The bidder must have Non-Destructive Testing Equipments available for carrying out RLA study The bidder must have Destructive Testing Equipments available for the analysis of sample taken for Destructive testing under RLA study The bidder must have Software package for evaluation of the test conducted on equipment/s for RLA study As a documentary proof, the bidders shall submit self-attested copies of following documents with the technical un-priced bid: i. Certificate approved by Directorate of Boilers for RLA study indicating approval validity in support of para 1.1 above. ii. Work Orders in support of para 1.2 above with full technical details, completion period, Work order value and certificate from Directorate of Boilers. iii. Documents in support of para 1.3, 1.4 & 1.5 above indicating details of Non-Destructive Testing Equipments; Software package and Destructive test sample analysis. 2. Financial Criteria: 2.1. Average Annual financial turnover of the bidder during the last 3 years ending on 31st March 2017, should be at least Rs Lakhs. Bidders will furnish the audited balance sheet and Profit and loss statement of the company for the last three successive financial years in support of above. 3. Desired Information: The Bidder shall furnish the following information in his Bid: 3.1. The Bidder shall furnish information on their current commitments on all the contracts that have been awarded or for which Letter of Intent or Acceptance has been received or for contracts approaching completion but for which an un-qualified full Completion Certificate is yet to be issued The Bidder shall furnish information on the Management Structure of the Company and shall supply Information /bio data of the team proposed to be employed for the said job. The bidder shall also certify that they have adequate manpower resources to meet the requirements on the works currently in progress and for further contract commitments.

5 3.3. The Bidder shall submit the Concept Plan including tests to be conducted and the methodology for execution of the job. Notes :- 1. Bidder shall provide all information related to the Eligibility criteria. 2. Evaluation shall be done on the basis of documents provided along with the bid. 3. Bidders not complying to the Eligibility criteria will not be considered suitable for the subject work. 4. Bidder shall submit all the document related to the Eligibility criteria in Envelope No. 2 of the NIT i.e. along with the Technical Bid. 5. Bidder shall submit duly filled in Performa 1, Performa 2, Performa 3 and Performa 4 of the NIT.

6 I. Objective: Annexure-III The overall objective is assessment of the Remnant life of parts of a boiler, connecting piping & accessories and acceptance of the results as per the standards laid down by Central Boilers Board and as per Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A. It shall be the responsibility of consultant to arrange a certificate from Chief Inspector of Boilers for extending the life of the boilers for a further period of 05 years or such period as recommended by Remnant Life Assessment Organization. II. Scope of Work: Captive Power Plant (CPP) located at NFL Vijaipur consists of two number of Kawasaki Make F-180 type water tube boiler namely HRU-1 (Heat Recovery Unit-1; MP Boiler Reg. No: MP/3741) and HRU-2 (Heat Recovery Unit- 2; MP Boiler Reg. No: MP/3742), which were commissioned in the year Both the boiler utilizes the exhaust gases of the Gas Turbine as well as supplementary firing to produce 42 ata pressure steam. The boilers are of M/s Kawasaki Japan Make and Gas Turbine was supplied by M/s Alsthom France. The basic design of both the boilers is water tube, front fired, natural draft boiler. RLA (Remnant Life Assessment) study of both the above mentioned boilers were done in the year 2013 after completing 25 years of operation as per Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A. As per Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A, next Remnant Life Assessment shall be carried out thereafter every five years by the organizations working in the field of boilers and remnant life and extension thereof after such organization is approved by the Central Boilers Board. The Consultant would carry out Remnant Life Assessment (RLA) of all the parts of the both subject boilers i.e. HRU-1 and HRU-2 as per Indian Boiler Regulation-1950 & its amendments for Aging of Boiler- Regulation 391A: Table-I or II as applicable and approved by Director of Boilers, Madhya Pradesh. The scope of Consultant for inspection is only indicative & shall not be limited to the following: 1. Inspection of steam drum 2. Inspection of mud drum 3. Inspection of furnace water walls tubes and header. 4. Inspection of bank tubes including sidewall tubes. 5. Inspection of water walls tubes and header. 6. Inspection of economizer header and economizer tubes/ coils. 7. Inspection of convection tube header & tubes. 8. Inspection of Upper & Lower connecting Tubes. 9. Inspection of super heater header & tubes/ coils. 10. Inspection of super heater Lower header & tuber and de-super heater. 11. Inspection of final outlet steam piping s. 12. Inspection of BFW piping s, connecting pipes, 13. Inspection of other equipment, headers etc. in the CPP Plant for meeting the objective as defined at para 1.0 Objective and as per Indian Boiler Regulation 1950 & its amendments, Regulation No. 391A. 14. To take permission/approval from the office of Director of Boilers, Madhya Pradesh, as per the plant location for the above-mentioned RLA study and for cutting of the above pressure parts/zone before starting the job, if cutting is involved. 15. Cutting & welding job for execution of work will be in NFL's scope and cutting and welding job shall be done by a IBR approved party for cutting and welding job in Madhya Pradesh state as per IBR Regulation Act 392. However, supervision for the same will be in Consultant's scope.

7 16. To arrange a certificate from Chief Inspector/Director of Boilers for extending the running life of the boilers for a further period of 05 years or such period as recommended by Remnant Life Assessment Study. 17. All statutory formalities shall be in Consultant's scope, only Fees for RLA study shall be in NFL s scope. Inspection of various parts mentioned above means, but not limited to, measurement inspection for outside diameter and thickness; circumferential & longitudinal weld joints inspection; fibre optical/ boroscopic inspection; connected nozzles inspection; inspection for healthiness of safety valves, Level gauges and Level switches; micro structure (etching) examination; replication test; Magnetic particle test; Liquid/ Dye Penetrate Test; Sampling, Deposit Analysis etc. III. NFL s scope. a) Cutting & welding job for execution of work for RLA study by a IBR approved party for cutting and welding job in Madhya Pradesh state as per IBR Regulation Act 392. b) IBR Fees for RLA study. c) Temporary LT Power Supply 3 phase, 50 Hz, 415 Volt with TPN switch, Flood Lights, Hand Lamps, Extension Boards etc. Compressed Air at a Pressure of 4.5 kg/cm2 (g) (max.) at one point d) Gate passes for manpower to enter factory premises. e) Store cum Office space at site. f) Scaffolding if required for carrying out the RLA study. g) Removal & re-fixing of insulation would be in NFL's scope. h) Lodging for Contractor s staff and workmen, if required, on chargeable basis, subject to availability. i) Medical facilities, as available in NFL Hospital, on chargeable basis subject to availability. IV. Methodology: RLA Study shall be conducted by a team of experienced Technical Experts having in depth experience in similar jobs. NFL shall nominate Engineer-In-charge for the job for coordination with the Consultant. The Consultant shall interact at site with the NFL s coordinator regarding all matters pertaining to the subject Study. The Consultant shall furnish the details regarding assistance required from NFL during execution of job. The boiler shall be handed over to Consultant for inspection during major shut down of boiler. V. Time schedule for execution of Job: Contract period will be valid for one year. The complete RLA Study of each boiler i.e. HRU-1 and HRU-2 boiler would be completed by the Consultant within 15 days time from handing over the work for RLA study. The RLA study shall be carried out during major shut down of the Plant which is tentatively planned in the February/ March 2018 for HRU-1 and April 2018 for HRU-2. NFL would give an advance notice of 10 days for execution of assignment. Preliminary Report for RLA Study of each boiler i.e. HRU-1 and HRU-2 boiler would be submitted to NFL within 15 days after completion of inspection work as per the scope of work mentioned under Clause II above. If required, review meeting will be held with Consultant at site.

8 VI. Subsequently, draft final report will be submitted to NFL within 45 days from the date of completion of inspection work. Within a fortnight of submission of the draft report, the Consultant shall attend a review meeting with the Engineer-in-Charge alongwith plant representative at site. The meeting shall look into the fulfillment of the scope of work as per the work order. All clarifications, changes mutually agreed in this meeting shall be incorporated by the Consultant in the final report. The Consultant shall submit the Final Report within a fortnight of receipt of comments from the NFL. After acceptance of report by NFL, the Consultant would submit the report to Central Boiler Board for arranging the certificate as described in the scope of work under clause II. NFL would provide the necessary assistance for the same. If the Bidder requires any extension of time for submission of report of RLA study, the same must be applied to the Engineer-In-Charge within seven days from the date of the occurrence of the event on account of which he desires such extensions. However, such extension shall be allowed at the sole discretion of NFL. However, no time extension will be given for conducting test / inspection of Boiler, connected accessories, piping and Steam drum. Information to be furnished by the bidders in their offer: The bidder shall furnish the following information/documents along with their bid and seal the same in the Envelope No. 2 of the NIT i.e. along with the Technical Bid: a) List of inspection, tests that are proposed to be carried out (equipment wise) to achieve the objective and completion of work as per the scope of work defined above. b) List of consumables/equipment & quantity required from NFL during execution of work (for each boiler) such as welding electrodes, filler wires, oxygen cylinder, DA cylinder, Argon cylinder, welding set, cutting equipments, scaffolding etc. NFL will provide the same 'free of cost' to the extent available. c) The consultant will provide list of insulated parts where insulation removal is required. Removal & refixing of insulation would be in NFL's scope. d) One copy of this Tender Document duly signed on each page as token of acceptance of Terms & Conditions. e) The bid must be complete in all respect leaving no scope for ambiguity. It is in the interest of the bidder to submit complete and comprehensive proposal leaving no scope for the Owner to raise any further questionnaire as the proposal may only be evaluated on the basis of what has been submitted by the bidder in the first instance itself, in order to adhere with assignment schedule requirement. VII. Lump sum Fee for carrying out subject assignment: The bidder shall furnish in duplicate his lump sum Fee for carrying out Remnant Life Assessment (RLA) of for each boiler i.e. HRU-1 and HRU-2 as per scope of work mentioned above in clause II. These charges shall remain firm and fixed till execution and completion of the assignment. The bidder shall indicate the lump sum rate for each boiler. The rates to be quoted by the party should be inclusive of all applicable taxes on works contracts except GST. Deductions of GST at source plus surcharge thereon at the applicable rates of the Gross value of the Bill shall be made from the contractor s bill for depositing with the GST Authorities as per provision of the respective states GST Act. Any variation in the rates of taxes, duties etc. shall be to the Owner s account during contractual completion period only. All expenses towards transport of their personnel to site, boarding and lodging of the bidder s engineers/workmen at site etc. shall be borne by the successful bidder. No other charges shall be admissible / reimbursable. During visit to Unit for conducting RLA, if available, guest house accommodation will be provided on chargeable basis. The rates would be as applicable to Outsiders.

9 VIII. IX. Deviation to NIT: No deviation to scope of work, general terms & conditions & other requirements of NIT shall be acceptable. Bidder shall confirm to acceptance of all terms & conditions of the NIT to facilitate opening of price bid immediately to avoid loss of time. Award of Contract: Notification for Award of Contract in the form of LOI or Work Order will be made by letter/fax/e Mail to the successful bidder by the Owner. The successful bidder on receipt of LOI/Work Order shall give his acceptance of LOI/ Work Order immediately by return post/fax/e Mail. X. Owner s decision final: Owner reserves the right to split the job mention in scope of work and to reject or accept the bid without assigning any reason whatsoever. XI. Special Terms & Conditions of Contract 1) CONTRACT TO BE TREATED AS CONFIDENTIAL a) NIT, Bidder s Bid and subsequent correspondences, Minutes of Meetings (MOMs), record notes of discussions, etc. shall be kept confidential. The reports prepared for the subject assignment under the contract shall be the property of NFL and the contents of these NIT/reports shall not be divulged to any outside party without the prior written consent of NFL. b) Any information obtained in the course of the execution of the Contract by the Consultant, his employees or agents or any person so employed by him, as to any matter whatsoever, which would or might be directly or indirectly of use of the party other than NFL must be treated as secret and shall not at any time be communicated to any person without prior approval/permission of the owner. c) The terms and conditions of the contract shall not be disclosed by either party to any third party without prior written consent of the other party. This provision is however not applicable for disclosure to the Government and either party s Bankers & Members. d) DISCLOSURE TO GOVERNMENT The Bidder/Consultant shall have no objection to the NFL disclosing information referred to in Clause XI.1.a at any time to NFL s Management/Board and Government of India/Statutory Agency. 2) BIDDER/CONSULTANT TO EXECUTE WORK AS PER CONTRACT The Bidder/Consultant shall execute the Work in strict conformity with the terms and conditions as stipulated and provided for in the LOI/Work Order/contract, placed on/ entered into with the Bidder. The Bidder shall not vary or deviate from the said plans and specifications without having first obtained the prior permission in writing from the NFL. 3) AUTHENTICITY OF DATA & CLARIFICATIONS The CONSULTANT shall ensure and declare in Report and other documents submitted to the OWNER in pursuance of the work and in furtherance of the CONTRACT about the reliability and authenticity of the data and their sources of compilation. The OWNER reserves its right to seek any clarification on the aforesaid report and other documents in part or in whole even after the completion of the work.

10 4) Inspection and Reports a) The bidder shall submit four copies of preliminary report along with soft copies as per Clause V above within 15 days after completion of inspection work as per the scope of work mentioned under Clause II above. The bidder shall also submit the preliminary report to Chief Boiler Inspector Office and shall arrange clearance certificate for running for boiler until final report is submitted and sanctioned. b) The bidder shall submit draft final report along with soft copies as per Clause V above within 45 days after completion of inspection work as per the scope of work mentioned under Clause II above. After checking the draft final report with Engineer In Charge NFL and discussing and incorporating mutually agreed clarifications, bidder shall submit the Final Report to NFL within a fortnight of receipt of comments from the NFL, in six copies along with soft copy and submit the same to Chief Boiler Office and arrange for issuance of Certificate from Chief Boiler Office for extending the running life of the boilers for a further period of 05 years or such period as recommended by Remnant Life Assessment Study. 5) Acceptance of NIT Bidder shall confirm in their quotation, the acceptance of all the terms and conditions of NIT, including scope of work, failing which the offer may not be considered and shall submit signed copy of NIT along with tender documents as a token of acceptance. 6). The Bidder may visit the site, acquaint himself fully of the job and site condition, if required, and no claim, whatsoever, will be entertained on the plea of ignorance of difficulties involved in the execution of the work.

11 Annexure-IV GENERAL TERMS & CONDITIONS 1. Interested Tenderer, after studying all the tender documents carefully, may also see the job physically at site and obtain necessary clarifications, if any, before submitting their tenders obtain necessary clarifications, if any, in writing before tendering. The tenderer should satisfy himself with the site conditions prevailing at the place of work. No claim on ground of want of knowledge in this respect will be entertained. No claim for extra charges consequent upon any misunderstanding or otherwise will be allowed. 2. The company reserves the right to accept the lowest or any other tender in part or in full or award parallel contracts or reject all or any of the tenders without assigning any reasons. 3. The following tenders will be liable to summary rejection: 3.1 Tenders submitted by Tenderer who resort to canvassing. 3.2 Tenders, which do not fulfill any of the conditions, laid down in the Tender Documents or are incomplete, in any respect. 3.3 Tenders not accompanying the required details / Tender Cost / Earnest Money etc. 3.4 Tenders received late / delayed. 3.5 Tenders, who contain uncalled for remarks or any alternative additional conditions. 3.6 Bid received with request / condition to send the combustion liners to bidder s works for assessment for bidding for repair. 4. The Bidder may visit the site and shall acquaint himself fully and thoroughly with the conditions and limitations including scope, requirement and official/statutory regulations, under which conforming to which and subject to which, services/work are to be performed by him. Failure to comply with the aforesaid requirements will not relieve the bidder of his obligations in the event of his tender being accepted nor will any claim whatsoever be entertained on the plea of ignorance or overlooking. The Bidder shall give undertaking that the terms and conditions of NIT and other aforesaid conditions are acceptable to him without reservations and no deviations to NIT have been taken while making the offer. Unless otherwise specifically stated in his bid, it will be assumed that all terms and conditions of NIT are accepted by the bidder without any reservations whatsoever. 5. If the Bidder has relations whether by blood or otherwise with any of the employees of the NFL, the Bidder must disclose the relations in the Form of Declaration attached, at the time of submission of Tender failing which NFL shall reserve the right to reject the Tender or rescind the Contract. 6. The execution of the work may entail working in all the site and weather conditions and no extra rate will be considered on this account. The Contractor may have to carry out the jobs to work round the clock as per our requirement to be decided by the Engineer In-Charge and the Contractor should take this aspect into consideration for formulating his rates and quotation. No extra claim / overtime shall be paid on this account. 7. VALIDITY OF CONTRACT: 8.1 The contract shall remain valid for a period of 12 (Twelve) months reckoned from the date of its award. The job can, therefore, be got done any time during the tenure of the contract. Normally, a Notice of 10 days would be given for starting the job but the Tenderer should be able to mobilize within 24 hours, if the necessity so arises.

12 8.2 The contract can further be extended for a period of Three months on the same rates, terms & Conditions, if mutually agreed. 8. Escalation in Rates: The rates quoted will be firm till the currency of the contract and will not be subjected to escalation irrespective of any increase whatsoever in labour or material cost etc. The rates to be quoted by the party should be inclusive of all applicable taxes on works contracts except GST. Deductions of GST at source plus surcharge thereon at the applicable rates of the Gross value of the Bill shall be made from the contractor s bill for depositing with the GST Authorities as per provision of the respective states GST Act. No request for increase / decrease or inclusion of any taxes shall be entertained afterwards. It shall be duty of the Contractor to pay the Minimum Wages to its employees as specified by the Govt. of Madhya Pradesh from time to time. 9. Quantum of Job: 9.1 The estimated value of work has been given on the basis of technical assessment and indicates approximate quantities. However, the Contractor shall have to execute any or all the jobs depending upon the requirements of the Plant. The rates shall remain firm for the increased or decreased quantities. However, NFL will not give any guarantee for minimum billing or minimum quantum of work during the contract. 9.2 The rate shall remain firm for any increased or decreased quantities. 9.3 If the Contractor is unable to execute the work and any loss is incurred by the Contractor in this respect, it will be to the Contractor s account. 9.4 Contractor is supposed to quote for complete items i.e. both the boilers of Schedule of Quantities and Rates. NFL reserves the right to reject the incomplete tenders. 9.5 NFL reserves the right to interpolate the size of items of work that falls in between items of lower and higher sizes. 9.6 NFL reserves the right to reject the tender of the party if the quoted rates are not workable or if there is any deviation from the terms and conditions of NIT. 10. It shall be duty of the Contractor to pay the Minimum Wages to its employees as specified by the Govt. from time to time. The payment of wages shall be mandatorily made through bank only. 11. Earnest Money Deposit: 11.1 The Bidder should make a deposit of Rs. 10,000/- (Rs. Ten Thousand only) as Earnest Money Deposit and Rs. 250/- (Rs. Two hundred and fifty only) as Tender Fees (even if downloaded from the web site) in the form of an A/c. Payee Demand Draft, drawn on State Bank of India in favour of "National Fertilizers Limited, Vijaipur" payable at Bavrikhera (Branch Code: 8455). Demand Draft for EMD and Tender cost shall be separate. Alternatively EMD and Tender cost may be submitted through Online transaction in favor of National Fertilizers Limited, Vijaipur and submit relevant documents along with the Bid. Details for on line transaction are as given below: Name of Bank: State Bank of India, Bavrikhera Branch Branch code: 8455, Bank A/c. No.: , IFSC Code: SBIN Bidder can also submit EMD in form of Bank Guarantee in the prescribed format from any scheduled Bank excluding Gramin/Co-op Banks. BG shall be at least valid for four months and the party should give an undertaking for extension of the validity of the BG in case the same is desired by NFL. Tender shall be rejected in case Bank Guarantee is not as per the specified proforma provided in Annexure-XI of the Contract.

13 Earnest money shall not be accepted in any form other than specified above. No interest shall be payable on Earnest Money Deposit. Earnest Money and Tender Fees should accompany the tender in a separate envelope (Envelope No: 1) without which tender will not be opened and it will be considered as rejected The Tenderer, registered under National Small Scale Industries are exempted from submission of E.M.D., subjected to submission of relevant certificate from concerned Authority alongwith Tender Documents EMD of unsuccessful bidders shall be refunded after award of LOI/W.O. to successful bidder 11.4 Forfeiture of EMD: NFL reserves the right to forfeit the EMD in the following conditions: a. Withdrawal of bid before opening of the bid or during validity including extended period, if any. b. Any modification/amendment by the bidder after submission of the bid. c. If, after receipt of acceptance, to the bid from NFL, the bidder refuse to commence the work or to enter into contract. d. In case the bidder has any relationship whether by blood or otherwise with NFL, such relationship must be disclosed while submitting bid/tender. 12. Security Deposit/ Performance Guarantee: a. The Security Deposit together with EMD shall be 10% of the contract value. b. Security Deposit (S.D.) shall be submitted by the Contractor within 15 days of issue of work order. Alternatively, Security Deposit cum Performance Bank Guarantee from any Nationalized / Scheduled Bank may be submitted for 10% of the contract value. The Security Deposit cum Performance Bank Guarantee shall be valid till the expiry of defect liability period + Six month claim period thereafter. EMD shall be considered as a part of SD. Bank Guarantee shall be submitted in a prescribed format of NFL. c. Bank Guarantee shall be sent in original. Photocopy or attested copy shall not be accepted. Bank Guarantees shall be sent to NFL directly by the issuing bank. However, in case the bank guarantee is submitted directly by the contractor, the issuing branch should be requested to immediately send by Registered Post (AD) an unstamped duplicate copy of the guarantee directly to the NFL with a covering letter to compare with the original BGs and confirm that it is in order. d. No interest shall be paid on EMD / Security deposit. Any amount recoverable from the contractor shall be deducted from security deposit. Security deposit shall be returned to contractor after obtaining No objection certification from executive department after expiry of Defect Liability Period. 13. Terms of payment: a. 100% payment shall be made through Electronic Mode after making necessary recoveries for Income Tax, GST etc. as applicable as per Terms & Conditions of NIT, after satisfactory completion of the work as per scope, submission of final report of each boiler to the Chief Inspector Boiler Office, issuance of certificate from Chief Inspector of Boilers for extending the life of the boilers for a further period of 05 years or such period as recommended by Remnant Life Assessment Organization and submission of bill. b. Along with the invoice, contractor has to submit Form 13R/19 duly signed by the workers employed on the job else contractor has to submit documentary proof that the workers are still on their rolls with i.e. wage sheet & PF challan for next month to site work. c. The following information may be furnished along with the Tender: I. Acceptance for release of payment by ECS / EFT from our Bank, i.e., State Bank of India, Bavrikhera Branch, Branch Code: 8455, N.F.L. Complex, Vijaipur , Dist. Guna, Madhya Pradesh.

14 II. III. IV. The details of Tenderer's Account Number, Name, Address, Branch, Branch Code, RTGS Code & MICR Number of the Tenderer's Bank. Income Tax Permanent Account Number (I-Tax PAN): The Tenderer shall mention the new series Permanent Account Number allotted by the Income Tax Authorities in his Tender The bidder must mention GST Identification Number (GSTIN) and the Accounting Code in the invoice/receipts. The bidder shall indicate the rate of GST in their offer. d. All payments shall be made on receipt of invoices in triplicate by the NFL. e. The bidder must undertake to indemnify NFL against any loss or liability arising to NFL in connection with GST related to subject work f. The bidder must undertake that they will deposit the GST amount in time & also submit the GST Return Forms well within stipulated time schedule so that NFL can avail input tax credit on GST immediately. g. The payment of wages of the workers employed by the contractor shall be made through bank only. h. The NFL shall not pay any interest on the payments to be made to the contractor under the contract. i. Tax deduction at Source: Statutory deduction on account of Income Tax / GST & other Taxes on Works Contracts shall be made from the bill of the Tenderer at the prevailing rates, as per Income Tax Laws / Commercial Tax Laws of M.P. at the time of release of payment to the Tenderer. 14. Statutory deduction on account of Income Tax and GST on works contract shall be made at rates, at the time of release of payment to the party. a. The rates to be quoted by the party should be inclusive of all applicable taxes on works contracts except GST. Deductions of GST at source plus surcharge thereon at the applicable rates of the Gross value of the Bill shall be made from the contractor s bill for depositing with the GST Authorities as per provision of the respective states GST Act. b. GST, if applicable shall be paid by NFL as per GOI notification on submission of the documentary evidence of the payment thereof. The tenderer must mention GST Registration/ GST Code and the Accounting code in the invoice/receipts. Any variation in the rate shall be NFL s Account during contractual period only. c. Addition/deletion of taxes imposed by the State Governments/Central Government after submission of tender documents and during contractual period shall be to NFL s account. d. The bidder should submit an undertaking along with every invoice as per the proforma given below: i. In respect of Invoice No. dated for Rs. against WO No. dated in accordance with GST Act/rules, GST amounting to Rs. has been deposited with GOI on dated vide challan No. dated (Copy enclosed). ii. iii. I undertake to indemnify NFL against any loss or liability arising to NFL in connection with GST related to above WO. I also undertake that I will deposit the GST amount in time & also submit the GST Return Forms well within stipulated time schedule so that NFL can avail input tax credit on GST immediately.

15 15. Delay In Completion And Mutually Agreed Damages The time period for completion of the work as specified and stipulated in the NIT/Contract shall be essence of the Contract/Work Order. In the event of delay by the Consultant in the inspection/conduct tests on boiler and steam drum beyond agreed time schedule of completion, Mutually Agreed 1.0% of the lump sum Agreed Fee per day of delay attributable to the Consultant or part thereof will be levied on the Consultant subject to a maximum of 10% (Ten percent) of the Agreed Fee/charges. 16. Sub-Contracting: Sub-Contracting of the job is will not be allowed. 17. If the Contractor fails to fulfil his obligations under the contract, NFL shall have the right to get the work done by the agency other than the Contractor, at the Risk and Cost of the Contractor, till the expiry of the period of the contract. 18. Termination of Contract: If the Contractor is unable to execute the work, any loss incurred by the company in this respect will be to the Contractor's account. The company may also terminate the contract after giving a 1 (One) day notice in writing, if in its opinion; the work under the contract is not being done to its satisfaction if: I. At any time, the Contractor makes default in proceeding with the work / job with due diligence and continues to do so after giving in writing a notice of 1 day from the Engineer In-Charge, or II. If the Contractor persistently disregards the instructions of Engineer In-Charge or fails to take steps to employ competent or additional staff required or commits default in complying with any of the terms and conditions of the contract and does not remedy it or does not take steps to remedy it within 3 days after notice in writing given to him by the Engineer In-Charge, or III. If the Contractor obtains the contract with NFL as a result of ring tendering or other non-bonafide methods of competitive tendering, or IV. If the Contractor assigns, transfers or sublets or attempts to assign, transfer or sublet the entire work or any portion thereof without the prior written approval of the accepting authority, or V. If the Contractor abandons the contract. VI. If the Contractor becomes bankrupt / insolvent. NFL shall have right to get the leftover job done by alternative agencies at the Risk & Cost of the Contractor besides other legal remedies available to it. 19. Consequences of Termination: If the contract is terminated by NFL for the reason detailed under clause 18 or for any other reason whatsoever: a. NFL reserves the right to get the work completed at the risk and cost of the Contractor and to recover from the Contractor any amount by which the cost of completing the work by any other agency exceeds the value of the contract, without prejudice to any other remedies/rights/claims etc. that may be available with NFL. b. Security Deposit/Performance Bank Guarantee Bond submitted by the Contractor shall stand forfeited. c. The Contractor shall have no right to claim any compensation for any loss sustained by him by reason of his having entered into any commitment or made any advances on account of or with a view to the execution of the works, or on account of expected profits.

16 d. All the dues payable to the Contractor for the work executed by him before and up to termination shall only be released after making adjustments for the expenses, charges, damages and expected losses etc. incurred by NFL as a consequence of the termination of the contract. 20. Engineer In-Charge: The Engineer In-Charge shall have general supervision and direction of the work. He has authority to stop the work whenever such a stoppage may be necessary to ensure the proper execution of the contract. He shall also have authority to reject all work, direct the application of forces to any portion of the work as, in his judgment, is required and order force increased or diminished and to decide disputes which arise in the execution of the work. The Engineer In-Charge reserves the right to suspend the work or the part thereof at any time and no claim whatsoever on this account will be entertained. In case of any dispute the Contractor may appeal to the Engineer In-Charge whose decision shall be final and binding. The decision of the Engineer In-Charge of National Fertilizers Limited shall be final in regard to all matters relating to this Tender including for determining the category of work with reference to material of an item not mentioned in the Scope of Work. 21. The Contractor may employ such employees / labourers, as he may think fit. Such employees would be employees of the Contractor for all-purpose whatsoever and shall not be deemed to be in the employment of NFL for any purpose whatsoever. The Contractor shall adhere to all the Laws, Rules and Regulations that may be in force from time to time concerning the employment or service conditions of its employees. If under any eventuality whatsoever, NFL is held liable or responsible in any manner whatsoever for the default or omission on the part of the Contractor in abiding by the aforesaid Rules, Regulations & Laws or held liable or responsible to the employees of the Contractor in respect of any matter whatsoever, and called upon to make payment on that account, the Contractor shall reimburse NFL for the same as also any other expenses, costs & charges incurred by NFL in any proceedings or litigation arising out of any claim, demand or act on the part of the Contractor. NFL shall be entitled to claim damages or compensation from the Contractor in that event. NFL shall also be entitled to recover the aforesaid amount from the money that may become due and payable to the Contractor. 22. Contractor to Remove Unsuitable Employees: The Contractor shall, on instruction of the Engineer In-Charge, immediately remove from the work any person employed thereon who misbehaves or causes any nuisance or otherwise in the opinion of the Engineer In-Charge is not a fit person to be retained on the work and such person shall not be again employed or allowed on the works without the prior written permission of the Engineer In- Charge. 23. The Contractor shall be liable to the company for any Omission or Commission on his part or on the part of his employees causing any loss, damages or inconvenience to the plant/company. It is understood by the Contractor that in the event of any losses/damages caused to the owner due to the reasons whatsoever within his control and the same losses/damages are proved, the Contractor shall make good all the consequential losses/damages to the owner without any protest & demur. These losses/damages shall be apart from other claims/damages to which the owner is entitled under the contract or in the course of law. 24. Loss to Plant during Execution: Any damage or loss caused to the plant equipment etc., during execution of this contract by the Contractor s employees will be made good by the Contractor at his own cost and risk. 25. The Contractor shall pay the wages to the workmen directly without the intervention of any Jamadars or Thekedars and the Contractor shall ensure that no amount by way of commission or otherwise is deducted or recovered by Jamadars from the wages of workmen. The Contractor shall pay the wages to the workmen through BANK only.

17 26. The Contractor shall ensure that the payment of the minimum wages to the labourers, specified by the government from time to time, has been made in accordance with the Minimum Wages Act. Upward revision of Minimum Wages from time to time shall be deemed to be inbuilt in the quoted rates of the Contractor. If at any time, it is noticed or it comes to the knowledge that the payment, to the labourers employed by the Contractor, is not made in accordance with the Minimum Wages Act, NFL shall reserve the right to take remedial action to regulate the payments. 27. The Contractor shall comply with the provisions of Contract Labour (Regulation & Abolition) Act 1970 and rules framed there under & amended from time to time. 28. In case of non-compliance with any of the conditions / provisions contained in E.P.F. Act 1952 as amended from time to time, NFL reserves the right to provisionally retain 24% of the Contractor's payment towards employees and employer's contributions, which may be released only on verification of Challan by Engineer In-Charge for deposit of PF Contribution. 29. The Contractor shall arrange a valid Labour License from the Labour Inspector immediately after the award of the contract. The entry permissions for the labour to be deployed by the contractor shall only be made after producing valid labour license. In every case in which by virtue of provision of ESI Act 1948 or any other Law for the time being enforce, NFL is obliged to pay compensation to a Workmen employed by the Contractor for the execution of the work, NFL will recover the amount of the compensation so paid from the Contractor's bill. The contractor will be solely responsible for any liability for his workers in respect of any accident, injury etc. arising out of and in the course of Contractor s employment. For this purpose he shall obtain ESI Registration Number from Appropriate Authorities and deposit both Employer's as well as employees share of ESI contribution each month with ESI Authorities and also make necessary compliance of the provisions of the Act. The Contractor shall be responsible for recovery of employees share of ESI contribution from the concerned Contract Labour and NFL will not bear any liability whatsoever on this account. Further, he will also indemnify NFL against any damages/interest that may be imposed by ESI Authorities on account of non-payment/delayed payments towards ESI. The Contractor shall ensure that contribution on account of ESI is deposited by due date of month and he will be required to furnish photocopy of ESI challan every month by 21st of the month following the month to which it relates. For this purpose, every month the contractor shall submit to NFL a copy of wages sheet as a proof of wages paid to the staff, treasury challan regarding depositing of ESI amount etc. for perusal of officer in charge and will also submit quarterly/periodically statements of ESI etc. as required under various labour laws in respect of staff engaged in execution of jobs. He will also submit half yearly return of ESI. 30. Provident Fund Account Number (PF A/c. No.): The Contractor shall mention the Account Number allotted by the Provident Fund Authorities in his Tender as per statutory requirements. 31. The Contractor shall abide by all the Acts / Labour Laws related to PF, Wages, Holidays, Leaves, and Overtime etc. The Contractor is required to comply with all statutory provisions, from time to time, during the tenure of the contract. 32. Workmen Compensation / Insurance I. In every case in which by virtue of the provision of Section 12, sub-section I of the Workmen Compensation Act 1923 or any other law for the time being in force, NFL is obliged to pay compensation to a workman employed by the Contractor in execution of the work, NFL will recover the amount of the compensation so paid from the Contractor s bill.

18 II. III. The Contractor will be solely responsible for any liability to his workers in respect of any accident, injury arising out of and in the course of contractor s employment. To meet his aforesaid obligations under the Workmen Compensation Act, the Contractor will obtain Cover Note with medical cover under Workmen Compensation Policy from Insurance Company in respect of persons employed by him for carrying out his work and obligations under the agreement. The premium payable for the aforesaid Insurance Policy shall be borne by the Contractor. The Contractor shall ensure that the said Insurance Policy remains valid till the expiry of the contract. Photocopy of this Insurance Cover alongwith medical cover is required to be submitted by the Contractor to NFL immediately after the issue of L.O.I. but before the start of the work. Payment against the work done will not be released 33. The NFL will not be responsible for any injury sustained by the workers of the Contractor during the performance of the above contract, any damage, compensation due to any dispute between the Contractor and his workers. All liabilities arising out of any provision of Labour Acts / Enactments hereto in force shall be the responsibility of the Contractor. NFL under the Contract will recover any other expenditure, incurred by NFL to face the situation arising out of the negligence of the Contractor from his dues payable. 34. The Contractor shall at all times keep the NFL indemnified against all claims, damages or compensation under the provisions of the Payment of Wages Act 1936, Minimum Wages Act 1948, Equal Remuneration Act 1976, Workman s Compensation Act 1923, Employees Liability Act 1938, Employment of Child Labour Act 1938, Abolition of Bonded Labour Act and Contract Labour (Regulation & Abolition) Act 1970 or any other Act regulating the employment of labour by the Contractor. The contractor shall at all times indemnify the owner against any claim which may be made under the ESI Act 1948 or any statutory modifications thereof or otherwise for or in respect of any damage or compensation payable in consequence of any accident or injury sustained by any workman or other person whether in the employment of the contractor or not. 35. The Contractor shall ensure that all the formalities, required to be completed under the existing laws of India for and/or in connection with engaging/employment of labourers, have been fulfilled. NFL shall be under no obligation to accept / admit any claim on this behalf. 36. Alterations, Omissions, Additions Or Substitutions of Work I. NFL shall have power to make any alteration in, omission from, addition to, or substitutions for original specifications and instructions which may be considered necessary, during the progress of work and the Contractor shall carry out the work in accordance with any instruction which may be given to him in writing duly signed by the Engineer In-Charge. Such alterations, omissions, additions, substitutions shall not invalidate the contract and any altered, additional or substituted work, which the Contractor may be directed to do in the manner above specified as a part of the work, shall be carried out by the Contractor on the same conditions in all respects on which he has agreed to do the main work. II. III. If the rates for additional, altered or substituted work are specified in the contract for the work, the Contractor is bound to carry out the additional, altered or substituted work at the same rates as per specifications in the rate contract for that work. In the event the extra or substituted items of the work does not fall in the category as above, the cost will be calculated on the basis of actual Labour and consumable material utilized for the job. The quoted rates will be inclusive of Overheads and Profit. The Engineer In- Charge will assess the quantum of Labour and consumable material used; whose decision in this respect will be final and binding upon the

19 Contractor. The Contractor will be required to obtain prior approval of NFL for rates payable to him for such extra items. IV. Incase, the Contractor fails to do the extra and / or the substituted work, NFL will have the option to get the work done through another agency at the Contractor s Risk and Cost, as per Clause No. 19 of General Terms & Conditions. 37. Preservation of Free Issue Material: All materials issued to the Contractor by the Owner shall be preserved against deterioration and storage while under Contractor's custody. Any damage / losses suffered on account of non-compliance with the requirement stipulated herein shall be considered as losses suffered due to wilful negligence on the part of the Contractor and he shall be liable to compensate NFL for the losses suffered at penal rates to be determined by the Engineer In-Charge with reference to the rates charged for the purpose of recovery and shall be final and binding on the Contractor. 38. Handling during Execution: The parts supplied for installation / scaffolding material for execution of job shall be handled with utmost care. Any damage or loss caused to items during shifting / execution of this contract by the Tenderer will be made good by the Tenderer at his own cost and risk. 39. Safety Regulations: The Contractor shall observe and abide by all the Fire and Safety Regulations of the NFL. Before starting maintenance work, the Contractor shall consult NFL's Safety Officer or the Engineer In-Charge, if the Safety Engineer is not available, and familiarize himself with such regulations, copies of which will be furnished to him by NFL, when requested. He shall be responsible for and must make good, to the satisfaction of the NFL, any loss or damage due to fire to any portion of the work to be done under this agreement or to any of the NFL's existing property. All the accidents to Contractor's staff will be reported to the Safety Officer promptly. This will, however, not relieve the Contractor of any other statutory obligations. The Contractor shall not undertake any hot job without Safety Work Permit. He has to maintain First Aid Box in his office. Also necessary Safety Equipment like Helmets, Hand Gloves, Face Shields, Safety Belts etc. are to be provided to his workmen by the Contractor. However, Special Safety Equipment (if any) required as per requirement of the job shall be provided free of cost by NFL. For any Default / accident / loss due to the negligence of Contract/Workers, the liability of contracts shall be Absolute liability 40. FORCE MAJEURE The terms and conditions agreed upon under the CONTRACT shall be subject to Force Majeure. Neither the CONSULTANT nor the OWNER shall be considered in default in the performance of its obligations contained therein, if such performance is prevented or delayed or restricted or interfered with by reasons of war, hostilities, revolution, civil commotion, strike, epidemic, accident, fire, flood, earthquake, regulation or ordinance or requirement of any Government or any sub-division thereof, or authority or representative of any such Govt. or any other act whatsoever, whether similar or dissimilar to those enumerated, beyond the reasonable control of the parties hereto or because of any act of God. The party so affected shall give a notice of such occurrence to the other party in writing within 10 days from the date of occurrence the force majeure condition, furnishing therewith documentary evidence supporting the invoking of the force majeure On cessation of force majeure the party invoking force majeure shall inform the other party of the period for which force majeure condition continued and shall also give documentary evidence thereof to this effect. Should one or both parties be prevented from fulfilling their contractual obligation by a state of force majeure lasting continuously for a period of three (3) months both the parties shall meet and decide about the future course of action for implementation of the contract.

20 41. CONCILIATION & ARBITRATION: i. Except where otherwise provided in the contract all matters, questions, disputes or differences whatsoever, which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to Designated Unit Head/E.D./Functional Director/ Chairman & Managing Director, National Fertilizers Limited for appointment of Arbitrator. (appropriate designated authority may be inserted as per contract value). ii. iii. iv. If the arbitrator to whom the matter is referred, vacates his/her office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his prodecessor left or at any such stage he may dream fit. The Arbitration proceedings shall be governed by the Arbitration & Conciliation Act, 1996, The Arbitration & Conciliation (Amendment Act 2015) or any further statutory modification or re-enactment thereof and the rules made thereunder. It is agreed by and between the parties that in case a reference is made to the arbitrator or the arbitral Tribunal for the purpose of resolving the disputes / differences arising out of the contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate of SBI PLR/ Base Rate applicable TO NFL on the date of award of contract. 42. The contract shall be governed by and construed in accordance with the Laws of India and provisions of various Labour Laws like Factories Act 1948, Industrial Disputes Act 1947, Contract Labour (Regulation & Abolition) Act 1970, Maternity Act 1961, Workmen s Compensation Act 1923, Payment of Wages Act 1936, Minimum Wages Act 1948, Employee s Provident Funds & Misc. Provisions Act 1952, Payment of Bonus Act 1965, Payment of Gratuity Act 1972 etc. and any other Law / Legislation which may be applicable from time to time (The above Acts are only illustrative and not exhaustive). 43. Time Limit for Any Claim: In case the Contractor fails to claim compensation, from NFL on account of any claim under the contract, in writing to the Engineer In-Charge, within a period of one month of cause of action of such a claim arise, the Contractor shall be deemed to have waived of his right to claim the same. 44. Medical Checkup of Contract Worker: Contractor shall produce Medical Fitness Certificate for each worker to be deployed at Vijaipur Site from a Registered Medical Practitioner. 45. Rights of NFL: A unilateral stoppage of work by the Contractor shall be considered a breach of the CONTRACT and the NFL reserves its right to take necessary and suitable action as it may deem fit, to adequately protect his/its interest; at the risk and cost of the contractor. Any aforesaid action shall be without prejudice to any other action, rights and remedies etc. that may also be available. In the event the Contractor fails to fulfill his obligations under the CONTRACT, the NFL shall have the right to get the work done by any other agency/own resources at the risk and cost of the Contractor.

21 46. Settlement of Disputes: All disputes or differences of any kind, whatsoever arising out of or in connection with the CONTRACT, whether during the progress of the work or after its completion and whether before or after termination of the CONTRACT, shall be referred by the Contractor to NFL and NFL shall within a reasonable time after such representation, make and notify his decision(s), thereon, in writing. The decision, directions and certificates with respect to any matter, as is especially provided for by these conditions, given and made by NFL shall be final and binding upon the Contractor. In case the decision of NFL is not acceptable by the Contractor, he can resort to the remedies available to him under the Contract i.e. Arbitration. However, if the final bill is signed by the Contractor as Accepted in full and final settlement thereof, no dispute raised thereafter shall be valid. 47. JURISDICTION: Notwithstanding any other court or courts having jurisdiction to try any civil suit arising out of this contract, it shall be only the court of competent jurisdiction at Guna alone (where the contract shall be deemed to have been entered into) to try such suits to the exclusion of all other courts of the country and all causes of action in relation to the contract will therefore be deemed to have arisen within the Jurisdiction of the Courts at Guna (Madhya Pradesh) only. 48. AGREEMENT: The Contractor s responsibility under this contract will commence from the date of issue of the Letter of Intent. The Tender Documents, Other Documents exchanged between the Tenderer and NFL, the Letter of Acceptance and Work Order shall constitute the Contract. The successful Tenderer shall have to execute an Agreement with National Fertilizers Limited, on a non-judicial stamp paper of Rs at Vijaipur, within 10 (Ten) days of receipt of the Work Order or before start of job whichever is earlier. The cost of stamp paper shall be borne by the Contractor. The Agreement to be executed will be in the Agreement Form to be specified by National Fertilizers Limited.

22 S/N Description Quantity (Nos.) 1 Lump sump Charges inclusive of all applicable taxes & including mobilization charges and except GST for Remnant Life Assessment (RLA) study of HRU-1 and HRU-2 and connected piping and accessories in CPP Plant at NFL Vijaipur as per scope of work. 2 No. SCHEDULE OF RATE Rate per Boiler (In Figure) (In Rs) Total Cost (for two boilers) excluding GST (in Figure) Total Cost (for two boilers) excluding GST (in Words) Applicable GST Rate and GST Detail (HSN Code, GSTIN Number, GST Registration Number etc) Rate per Boiler (In Word) (In Rs) Total Amount (For Two Boiler) (In Figure) (In Rs) Annexure-V Total Amount (For Two Boiler) (In Word) (In Rs) Notes: 1. The Tenderer shall quote Single Rate and not the multiple rates in the Schedule of Rates. Any Tender with the multiple rates quoted will be summarily rejected. 2. The rates to be quoted by the party should be inclusive of all applicable taxes on works contracts except GST. Deductions of GST at source plus surcharge thereon at the applicable rates of the Gross value of the Bill shall be made from the contractor s bill for depositing with the GST Authorities as per provision of the respective states GST Act. 3. GST: GST, if applicable shall be paid by NFL as per GOI notification on submission of the documentary evidence of the payment thereof. The tenderer must mention GST Registration/ GST Code and the Accounting code in the invoice/receipts. Any variation in the rate shall be NFL s Account during contractual period only. The bidder must mention GST Identification Number (GSTIN) and the Accounting Code in the invoice/receipts. The bidder shall indicate the rate of GST in their offer. 4. The bidder must undertake to indemnify NFL against any loss or liability arising to NFL in connection with GST related to subject work. 5. The bidder must undertake that they will deposit the GST amount in time & also submit the GST Return Forms well within stipulated time schedule so that NFL can avail input tax credit on GST immediately. 6. TDS shall be applicable as per Income Tax Rules. 7. The Tenderer would be fully responsible for the quoted Rate & Amount and would deposit GST. (SIGNATURE OF TENDERER) Name Date Place

23 Annexure-VI DECLARATION FORM-I Quotation No.: Date: / / Dy. General Manager (M&C) M/s. National Fertilizers Limited Vijaipur District Guna, Madhya Pradesh Subject: Tender against the Remnant Life Assessment (RLA) study of HRU-1 and HRU-2 and connected pipes and accessories in CPP Plant at NFL Vijaipur. Sir, I / We have read the conditions of the tender attached here to and agree to abide by such conditions. I / We offer to do Remnant Life Assessment (RLA) study of HRU-1 and HRU-2 and connected pipes and accessories in CPP Plant at NFL Vijaipur work at the rates quoted in the attached Schedule of Rates and in accordance with the inspection, standards and instructions in writing of the Engineer In-Charge of M/s. National Fertilizers Limited and hereby, bind myself / ourselves to complete the work schedule and progress of work. I / We further agree to abide by the conditions of contract and to carry out all works within the specified time in accordance with applications, workmanship and instructions referred to in the Notice Inviting Tender. I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Bavrikhera branch, Branch Code: Details of my Bank A/c No. is as under: A/c No. in any Branch of SBI: Name & Address of the Branch: Branch Code: IFSC Code In case of acceptance of the Tender by the National Fertilizers Limited, I / We bind myself / ourselves to execute the contract as per the conditions mentioned in the tender document, failing which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with the National Fertilizers Limited, Vijaipur. (Signature of Tenderer with Seal) Name: Address: Place: Date:

24 Annexure-VII Sr. No. DECLARATION FORM-II THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR DESCRIPTION 1 If a Tenderer has relations whether by blood or otherwise with any of employees of NFL (Owner), the Tenderer must disclose the relation at the time of submission of Tender, failing which, NFL shall reserves the right to reject the Tender or rescind the Contract. 2. P.F. Registration No of the Contractor to be intimated along with Documentary proof thereof. YES / NO (If Yes, give the following details) Name and Designation of the Employee Place of Posting Relation with the Employee P.F. Registration Number 3 4 PAN No. of the Contractor to be intimated along with Documentary Proof thereof. GST Detail: i.e GST Registration No. with Documentary Proof. PAN No 5 "In case the Tenderer is registered as Micro/Small/Medium Enterprises under MSMED Act 2006 promulgated by Govt. of India Vide Notification dated , please indicate the relevant category and also enclose scanned copy of the certificate issued by concerned authorities. It may also be confirmed if the MSEs owned by SC/ST Entrepreneurs and attach a copy of relevant certificates issued by authorities concerned in support of your claim with the Unpriced Techno-Commercial bid. Otherwise it will be construed that the party is not registered as per MSMED Act, The bidder shall submit the name and address of the firm/company along with its constitution giving status of the same such as sole proprietorship / partnership or limited/private firm etc. Along with its copies duly attested by Notary Public as evidence. 7 Account No. in any branch of State Bank of India A/C No & Branch Code (Signature of Tenderer with Seal) Name: Address: Place: Date:

25 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES: Government of India, vide Gazette of India No. 503 dated has proclaimed the Public Procurement Policy on procurement of goods and services from Micro and Small Enterprises (MSEs) by all central Ministries/Departments/PSUs for promotion and development of Micro and Small Enterprises. Accordingly, following provisions are incorporated: i) Issue of Tender Documents to MSEs free of cost. ii) Exemption to MSEs from payment of EMD/Bid security. iii) In Tender, participating Micro and Small Enterprise quoting price within price band of L1+15% shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price in a situation where L1 price is from someone other than a micro and small enterprises and such micro and small enterprises shall be allowed to supply up to 20% of the total tendered value. In case of more than one such Micro and Small Enterprises, the supply shall be shared proportionately (to tendered quantity). Further out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST Entrepreneurs. This quota is to be transferred to other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs. iv) The quoted prices against various items shall remain valid in case of splitting of quantities of the items as above. v) In case bidder is a Micro or Small Enterprise under the Micro, Small and Medium Enterprises Development Act, 2006, the bidder shall submit the following: vi) vii) a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises. b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard. In case tendered item is non-splitable or non-dividable, MSE quoting price within price band L1 (other than MSE) +15%, may be awarded for full / complete value of supplies / contract subject to matching of L1 price. The MSEs owned by SC/ST entrepreneurs shall mean: a) In case of Proprietary MSE, Proprietor(s) shall be SC/ST. b) In case of Partnership MSE, the SC/ST partners shall be holding at least 51% share in the unit. c) In case of Private Limited Companies, at least 51% share is held by SC/ST. If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard. viii) The Public Procurement Policy for MSEs is meant for procurement of only Goods produced & Services rendered by MSE and hence shall not be applicable for works contracts. The above documents submitted by the bidder shall be duly certified by the Statutory Auditor of the bidder or a practicing Chartered Accountant [not being an employee or a Director or not having any interest in the bidder s company/firm) where audited accounts are not mandatory as per law. If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012.

26 Annexure-VIII Format F PROFORMA FOR CONFIRMATION ON APPLICABILITY OF MICRO, SMALL AND MEDIUM ENTERPRISES DEVELOPMENT ACT, 2006 [MSMED ACT 2006) NIT No.: Name of Contract: 1. You may aware that Micro, Small and Medium Enterprises Development Act 2006 ( MSMED ) has been come into force w.e.f. 2nd October 2006, which has repealed the provisions of the old Act regarding Small Scale Industrial undertakings. 2. As per the MSMED Act, Enterprises engaged in the manufacture / production of goods or rendering / providing of services are to be classified into Micro, Small and Medium enterprises based on the investment in plant and machinery/equipment. 3. Such Enterprises are required to file a memorandum in the prescribed form to the appropriate authority as mentioned in the MSMED Act. 4. The term Enterprises stated in the above paragraph includes Proprietorship, Hindu undivided family, Association of persons, Cooperative Society, Partnership firms, undertaking or any other legal entity. 5. For your ready reference, the definitions of Micro, Small and Medium enterprises are given below: Classification of enterprises engaged in: (a) Manufacture or production of goods pertaining to any industry specified in the First Schedule to the Industries (Development and Regulation) Act 1951 as: Nature of Enterprise Investment in Plant & Machinery (#) Micro Small Medium (b) Providing or rendering services: Nature of Enterprise Micro Small Medium Does not exceed Rs. 25 Lakh More than Rs. 25 Lakh but does not exceed Rs. 5 Crores More than Rs. 5 Crores but does not exceed Rs. 10 Crores Investment in Equipment Does not exceed Rs. 10 Lakh More than Rs. 10 Lakh but does not exceed Rs. 2 Crores More than Rs. 2 Crores but does not exceed Rs. 5 Crores (#) In calculating the investment in plant & machinery, the cost of pollution control, research and development, industrial safety devices and such other items as may be specified will be excluded. 6. You are therefore requested to fill the Format [proforma attached] and submit the same along with proof of valid document/ certificate [indicating registration no.] in your offer. In case same is not submitted along with your offer, it will be presumed that your organization is not a micro, small or medium enterprises as per the provisions of MSMED Act 2006 and consequently you will not be eligible to the benefits admissible under the MSMED Act 2006.

27 Annexure-IX Format - (A) CONFIRMATION ON APPLICABILITY OF MICRO, SMALL AND MEDIUM ENTERPRISES DEVELOPMENT ACT, 2006 (MSMED ACT 2006) NIT No.: Name of Contract: 1. We confirm that provisions of Micro, Small and Medium Enterprises Development Act 2006 ( MSMED ) are applicable to us and our organization falls under the definition of: a. Micro Enterprise - [ ] b. Small Enterprise - [ ] c. Medium Enterprise - [ ] (Please put a tick in the appropriate box) 2. Copy of proof of valid document/ certificate [indicating registration no.] of being a Micro/ Small/ Medium Enterprises is enclosed. Place: Date: Signature of Authorised Signatory Name: Designation: Seal: Note: In case above Format along with proof of valid document/ certificate [indicating registration no.] is not submitted in offer, it will be presumed that your organization is not a micro, small or medium enterprises as per the provisions of MSMED Act 2006 and consequently you will not be eligible to the benefits admissible under the MSMED Act 2006.

28 Annexure-X AGREEMENT This contract made at GUNA (M.P.) this day of 2017 between NATIONAL FERTILIZERS LIMITED Vijaipur, (A Government of India Undertaking) registered in India under the Indian Companies Act, 1956 having its registered office at Scope Complex, Core No. III. 7, Institutional Area, Lodhi Road, New Delhi (hereinafter referred to as the OWNER which expression shall include its successors and assigns) of the one part. AND M/s having its registered office at (hereinafter referred to as the CONTRACTOR which expression shall include its executors, representatives and permitted assigns/ successors) of the other part. WHEREAS The owner is desirous of executing certain works more specifically mentioned and described in the Order No. dated for ` ` ( ) and whereas the contractor has agreed to execute the work as specified in the Tender Document and in the Order mentioned above and also in the Contract Documents. NOW, THEREFORE, THIS CONTRACT AGREEMENT WITNESSETH AS FOLLOWS: ARTICLE- I 1.1 CONTRACT DOCUMENTS The following documents shall constitute Contract Documents namely: a) This Contract Agreement, b) Work Order No. dated. c) Your quotation No. dated. ARTICLE II 2.1 WORK TO BE PERFORMED In consideration of the payments to be made to the Contractor as hereinafter provided, he shall with due care promptness, accuracy and workmanship execute the work in accordance with the Approved Plans, Notice, General conditions and Directions of Contract, Technical Specifications, Letter of Intent and Work Order. 2.2 Without prejudice to any other mode of service provided for in the contract documents or otherwise available to the owner, any notice under or any other communication sought to be served by the owner on the contractor with reference to the contract shall be deemed to have been sufficiently served if delivered by hand or through Registered Post acknowledgement due to the principal office of the contractor of Guna ( M.P.

29 ARTICLE III 3.1 WAIVER No failure or delay by the owner in terms of the contract or any obligation or liability of the contract in terms thereof shall be deemed to be waiver of such right, remedy obligation or liability as the case may be, by the owner or notwithstanding such failure or delay, the owner shall be entitled at any time to enforce such right, remedy obligation or liability, as the case may be. ARTICLE IV 4.1 NON ASSIGN ABILITY The contract and benefits and obligations thereof shall be strictly personal to the contractor and shall not on any account be assignable or transferable by the contactor. IN WITNESS WHEREOF THE parties hereto have duly execute this contract in DUPLICATE at the place, day and year first written / IN WITNESS WHEREOF the owner has executed this contract in DUPLICATE at the place, day and year first above written white the contractor has executed those presents the day and year hereunder written against the Contractor(s). SIGNED AND DELIVERED for and on behalf of SIGNED AND DELIVERED for and on behalf of National Fertilizers Limited In the presence of: In the presence of:

30 Annexure-XI PERFORMANCE BANK GUARANTEE FORMAT (PARA III) (To be prepared on Stamp paper issued in the name of Bank) This BANK GUARANTEE No. made this day of between a bank incorporated and having its registered office at (hereinafter called Bank) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns on the one part and NATIONAL FERTILIZERS LIMITED,VIJAIPUR, a Company registered in India under Companies Act, 1956 and having its registered office at Core -III, Scope Complex, 7, Institutional Area, Lodhi Road, New Delhi , India to the context or contrary to the meaning thereof include its successors and assigns on the other part. WHEREAS in pursuance to the agreement No. dated (hereinafter called CONTRACT) entered into between National Fertilizers Limited (hereinafter called OWNER and a Company incorporated in (hereinafter called CONTRACTOR) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns, for supply of as envisaged in the Contract, Contractor has to submit a Performance Bank Guarantee for Rs (Rupess only). CONTRACTOR accordingly agrees to furnish the Performance Bank Guarantee as hereinafter contained towards fulfilment of all of its obligations under the contract. Now this Deed witness as follows: 1. In pursuance of the Contract, the Bank hereby guarantees as a direct responsibility to OWNER that the BANK is holding the amount of Rs. (Rupees only) at Owner's disposal and hereby promises and shall be bound to pay to OWNER, forthwith at Owner's written notice stating that the contractor has failed to fulfil its obligations under the contract for reasons for which contractor is liable and without any protest or demur and without recourse to contractor and without asking for any reasons as to whether the amount if lawfully asked for by Owner or not, the entire amount or the portion thereof as mentioned by Owner in the notice. The decision of the Owner as to whether the terms and conditions of this Performance Bank Guarantee have been observed or not shall be final and binding on the BANK. In any case, however the Bank's responsibility under this Performance Bank Guarantee is limited to Rs. (Rupees only). 2. This Performance Bank Guarantee shall be valid for an initial period of months from the date of this Bank Guarantee No. dated given by the Bank to Owner become effective. Upon issuance of Commissioning/ Erection/Completion certificate according to terms of contract on expiry of months after the issuance of the above mentioned certificate of commissioning / erection / completion certificate, the Performance Bank Guarantee shall become null and void.

31 3. This Performance Bank Guarantee shall be in addition to and shall not affect or be affected by any other security now or hereafter held by Owner on account of money hereby intended to secure and Owner at its discretion and without any further consent from the Bank, and without affecting its rights against the Bank, may compound with, give time or other indulgence to or make any other arrangement with Contractor and nothing done or omitted to be done by Owner in pursuance of any authority or permission contained in this guarantee, shall effect discharge of the liability of the Bank. 4. UNLESS PREVIOUSLY CANCELLED BY THE OWNER, this Performance Bank Guarantee will remain in force initially upto months from the effective date of Bank Guarantee No. dated given by the Bank to the Owner and subject to provisions of paragraph 2 above will stand automatically cancelled on the expiry of the said period. Unless demand or claim under this Bank Guarantee is made on Bank in writing within three months from the date of expiry of this Bank Guarantee, all the rights of Owner against the Bank shall be forfeited and Bank shall be relieved and discharged from all the liabilities hereunder. 5. Any notice by way of request, demand or otherwise hereunder may be sent by post to the Bank, addressed as aforesaid, and if sent by post, it shall be deemed to have been given at the time when it would be delivered in due course of post, and in proving such notice, when given by post, it shall be sufficient to prove that the envelope containing the notice was posted and a certificate, signed by an officer of the owners, to the effect that the envelope was so posted, shall be conclusive. 6. The Performance Bank Guarantee is to be returned to the Bank after its expiry in terms of Paragraph 4 above. 7. The Bank declares that it has the power to issue this guarantee and the undersigned have full power to do so. Dated this day of 2017 (Indicate the name of the Bank with stamp)

32 INFORMATION REGARDING TENDERER PERFORMA NO. - 1 A) In case of individual i) Name of Business ii) Whether his Business is registered iii) Date of commencement of business iv) Whether he pays Income-Tax over Rs. 10,000/- per year B) In case of Partnership i) Name of Partnership ii) Whether the Partnership is registered iii) Date of establishment of firm iv) If each of the partners of the firm pays Income-Tax over Rs. 10,000/- a year and if not which of them pays the same C) In case of Limited Liability Company or Company Limited by Guarantee i) Amount of paid up capital ii) Name of Directors iii) Date of Registration of Company iv) Copies of the last two years Balance Sheets of the Company D) Income Tax i) Income Tax Clearance Certificate for previous years. (SIGNATURE OF TENDERER) Name Dated Place

33 PERFORMA NO. - 2 DETAIL OF EXPERIENCE Tenderer shall give information of similar works done during the past seven years strictly as per Performa given below: Sr. No. Full particulars of similar work carried out by Tenderer Value of Contract Contracted Completion time Actual completion time Year of completion Name & Postal Address of Client Certified that the above information is correct. (SIGNATURE OF TENDERER) Name Date Place

34 PERFORMA NO. - 3 PRESENT COMMITMENTS Tenderer shall furnish the details of their present commitments strictly as per this Performa. Sr. No. Name of work Name & address of Client with the name of person under whom the work is being executed Contract Value Brief description of work Contracted date of completion with the date of start of work % age completed as on date Expected date of completion of balance work with approx. value of such balance work Certified that the above information is correct. (SIGNATURE OF TENDERER) Name Date Place

35 INFORMATION REGARDING EQUIPMENT WHICH THE TENDERER PROPOSES TO USE FOR THIS WORK PERFORMA NO. - 4 Sr. No Description Quantity Make Capacity Owner Approx., date when it will be deployed at site Period of attention at site Certified that the above information is correct. (SIGNATURE OF TENDERER) Name Date

36 General Arrangement Drawing of HRU-1 and HRU-2 Annexure-XII

37

NATIONAL FERTILIZERS LIMITED PANIPAT TECHNICAL SCOPE OF WORK

NATIONAL FERTILIZERS LIMITED PANIPAT TECHNICAL SCOPE OF WORK NATIONAL FERTILIZERS LIMITED PANIPAT TECHNICAL SCOPE OF WORK Sub: Remnant Life Assessment (RLA) study of Three SGP Boilers#1,2&3 (Capacity- 150T/H) & One CPP Boiler (Capacity 210 T/H) as per Indian Boiler

More information

TENDER DOCUMENTS FOR. Supply of Manpower. For. Repair of Critical Refractory. During. Ammonia-II shutdown-2017

TENDER DOCUMENTS FOR. Supply of Manpower. For. Repair of Critical Refractory. During. Ammonia-II shutdown-2017 TENDER DOCUMENTS FOR Supply of Manpower For Repair of Critical Refractory During Ammonia-II shutdown-2017 VIJAIPUR UNIT MECHANICAL DEPARTMENT Page 1 of 14 I. SCOPE OF WORK: II. NIT No.: NFVE/M/Amm.-II/Cont-56/2017-18

More information

DECLARATION FORM-I. Dy. General Manager (TS, R&D) M/s. National Fertilizers Limited Vijaipur District Guna, Madhya Pradesh

DECLARATION FORM-I. Dy. General Manager (TS, R&D) M/s. National Fertilizers Limited Vijaipur District Guna, Madhya Pradesh DECLARATION FORM-I Quotation No.: Date: / / Dy. General Manager (TS, R&D) M/s. National Fertilizers Limited Vijaipur-473 111 District Guna, Madhya Pradesh Subject: Eddy Current Inspection of BFW Pre-Heater

More information

TENDER DOCUMENT SECURITY CONTRACT

TENDER DOCUMENT SECURITY CONTRACT TENDER DOCUMENT FOR SECURITY CONTRACT JIWAJI UNIVERSITY, GWALIOR (M. P.) PRICE Rs.1000/- Only Tel: (0751) 2442801, 2442823 Website:www.jiwaji.edu JIWAJI UNIVERSITY, GWALIOR(M.P.) Tender No.: JU/Sec/2011/

More information

NOTICE INVITING TENDERS

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

More information

Sports Authority of India, Sports Training Centre, Dharamshala.

Sports Authority of India, Sports Training Centre, Dharamshala. COST Rs. 500/- TENDER NO SPORTS TRAINING CENTRE, DHARAMSHALA (HP) Sports Complex, Near Cricket Stadium, Dharamshala, Distt. Kangra (HP) 176215 Email: stcdharamshala@gmail.com Tele Fax: 01892-224807 TENDER

More information

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M. INSTITUTE OF HOTEL MANAGEMENT BADKHAL LAKE CROSSING, FARIDABAD,121001 PH.NO.0129-4052466/77 (i) (ii) Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM

More information

TENDER DOCUMENT TENDER ID : BAN

TENDER DOCUMENT TENDER ID : BAN TENDER DOCUMENT TENDER ID : BAN201903034 SHORT TENDER NOTICE FOR E-LOBBY INTERIOR WORKS AT SANTHEKATTE BRANCH, MANGALURU SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE BENGALURU on behalf of STATE

More information

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

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

More information

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION No.187/16(3)/2014 Dated : 13 th May, 2014. TENDER DOCUMENT For providing unskilled labour to the Election Commission of India by a Manpower Service

More information

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

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

More information

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

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

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

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI 400 005 RE:MUM:HRD:OA:0284 Dt: 12.02.2013 NOTICE INVITING TENDER (NIT) Sub: Tender For Data Entry Services Offers are invited for data

More information

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

(F.No. IG/RC-CHN/F&A/Security/1.25/16) INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, KALOOR, KOCHI-682017 Adv Dated 05.09.2016 (F.No. IG/RC-CHN/F&A/Security/1.25/16) NOTICE INVITING TENDER ANNUAL CONTRACT FOR SECURTY SERVICES Sealed

More information

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

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

More information

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR QUOTATION FOR AIR-CONDITIONING WORK FOR BANK OF INDIA AT Sawaimadhopur BRANCH BIDDER/FIRMS NAME & ADDRESS:.... CLIENT ZONAL MANAGER Bank of India Zonal

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

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK: Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK: SCHEDULE OF ITEMS FOR A.C. WORKS - EXISTING BRANCHES IN THE REGION RO JAIPUR

More information

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR THE REGISTRAR JIWAJI UNIVERSITY GWALIOR Website : www.jiwaji.edu JIWAJI UNIVERSITY GWALIOR TENDER NOTICE JIWAJI UNIVERSITY,

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

5) The bidder shall submit copy of P.F. Registration Number.

5) The bidder shall submit copy of P.F. Registration Number. A: ELIGIBILITY & PERFORMANCE CRITERIA 1) The bidder shall submit the name and address of the firm / company along with its constitution such as sole proprietorship / partnership / Limited concern etc in

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

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL TENDER DOCUMENT. Ref No. CO/BLR/18-19/m.Ten/003 INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE BENGALURU on behalf of STATE BANK OF

More information

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR AN ISO 9001 & ISO 14001 COMPANY TENDER DOCUMENT NIT No.: NRO/CON/738/667 date : 12.10.2018 FOR Supply, Installation, Testing, Commissioning & Handing- over of Medical equipments (Group-7F) for Government

More information

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph.2706496, 2701938, Fax- 2706534 TENDER FOR SECURITY SERVICES 1. Name of the firm: 2. Office

More information

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS 1) Name and Description of the work STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS NIT NO: 31/2017-18; Dt: 04.01.2018 : AIR CONDITIONING WORKS FOR SBI LADIES CANTEEN, LHO

More information

Automation of Winding Drawings for Power Transformer

Automation of Winding Drawings for Power Transformer BHARAT HEAVY ELECTRICALS LIMITED (A GOVERNMENT OF INDIA UNDERTAKING) P.O.-BHEL, JHANSI - 284129 Transformer Engineering Department Automation of Winding Drawings for Power Transformer CONTACT PHONE- 0510-2412791

More information

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER NO.:NTSC/OKHLA/ADMN/8(203)/2017-18 NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III, Near

More information

Persons to clean the institute including washrooms

Persons to clean the institute including washrooms 1/14 VAISH TECHNICAL INSTITUTE, ROHTAK Phone No. 01262-248572 NOTICE INVITING TENDER TENDER DOCUMENTS FOR OUTSOURCING CHOWKIDAR, SECURITY GUARD, SAFAI KARAMCHARI & MALIS IN VAISH TECHNICAL INSTITUE ROHTAK

More information

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE-411 007. ESTATE DEPARTMENT Phone No. (020) 25608229 & 25608408 E-TENDER FOR SUPPLY, INSTALLATION, TESTING AND

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

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

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI 400 088 NOTICE INVITING TENDERS Date:27 February, 2017 1. Sealed tenders are invited for Waterproofing By Crack Filling And Chemical Coating at Naoroji

More information

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI COST OF TENDER- RS.200/- ONLY TENDER DOCUMENT of PHOTOCOPYING & STATIONERY SHOP at KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI 110007 Tender no. -1/Admin/Photocopying & Stationery Shop/2016 Tender document

More information

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, 5-4-399/B, Gruhakalpa Complex, Nampally, HYDERABAD 500 001. NOTICE INVITING TENDER TENDER NOTICE NO: CDFD/ENGG/ELECT/TEND/2014-15/01 Date: 22-12-2014..

More information

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

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

More information

Notice Inviting Tender.

Notice Inviting Tender. ODISHA STATE BEVERAGES CORPORATION LIMITED (A GOVERNMENT OF ODISHA UNDERTAKING) 2 nd FLOOR, FORTUNE TOWER, CHANDRASEKHARPUR, BHUBANESWAR-751023 (ODISHA) CIN: U51228OR2000SGC006372 Notice Inviting Tender.

More information

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR THE REGISTRAR JIWAJI UNIVERSITY GWALIOR Website : www.jiwaji.edu To, (Technical Form) JIWAJI UNIVERSITY, GWALIOR (M.P.) (Format

More information

DURING SHUTDOWN-2018

DURING SHUTDOWN-2018 TENDER DOCUMENTS FOR CONTRACT FOR E-1309 Condenser OH for 2 nd Regenerator at GV section DURING SHUTDOWN-2018 IN AMMONIA-I PLANT AT NFL, VIJAIPUR VIJAIPUR UNIT Page 1 of 26 I. SCOPE OF WORK : Work details

More information

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI BANK OF BARODA GREATER MUMBAI ZONE MUMBAI TENDER NOTICE FOR NEW SUPPLY, REFILLING AND ANNUAL MAINTENANCE CONTRACT OF FIRE EXTINGUISHERS FOR BRANCHES / OFFICES OF GREATER MUMBAI ZONE, BANK OF BARODA MUMBAI.

More information

APPAREL EXPORT PROMOTION COUNCIL

APPAREL EXPORT PROMOTION COUNCIL APPAREL EXPORT PROMOTION COUNCIL Inviting sealed tender for Annual Maintenance Contract of 02 Façade cleaning machines installed in Apparel House building, Sector-44, Gurgaon Date Sheet S.No Description

More information

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:- THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Dr. Dhananjayrao Gadgil Marg, P.B. No. 317, Mahal, Nagpur- 440 032 REGIONAL OFFICE, NAGPUR TENDER NOTICE Notice

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

BANK OF INDIA, AHMEDABAD ZONE

BANK OF INDIA, AHMEDABAD ZONE BANK OF INDIA, AHMEDABAD ZONE TENDER FOR AIR CONDITIONING WORK FOR BANK OF INDIA AT VADTAL BRANCH, VADTAL. ISSUED TO :................ CLIENT ARCHITECT: CHIEF MANAGER WISTaaR Architects & Int. Designers

More information

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p. Down load copy ICAR - NATIONAL RICE RESEARCH INSTITUTE CUTTACK 753 006 (ODISHA) Department of Agricultural Research and Education (DARE), Phone(PABX): 0671-2367768-783/FAX: (0671)2367663/2367759 E-mail:

More information

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA) TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA) To be opened on October 21, 2014 at 2:00 PM in the Office of the Project Director, University of Haripur, Hattar Road Haripur. Name of the Company / Dealer

More information

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

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

More information

TENDER DOCUMENT FOR PURCHASE OF: HIRING OF INDICA CAR (A.C) Tender Number: /ADMN, Dated:

TENDER DOCUMENT FOR PURCHASE OF: HIRING OF INDICA CAR (A.C) Tender Number: /ADMN, Dated: India Government Mint, IDA, Phase-II, Cherlapally,(R.R district), Hyderabad Pin-500051 India Ph. No: 91-40-27261731-34, 27266095 Fax No: 040-27262951 CIN: U22213DL2006GOI144763 E-Mail: igm.hyderabad@spmcil.com

More information

Central University of Orissa

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

More information

TENDER DOCUMENT OF PURCHASE OF: Free Wheel Ratchet Bearing - NSS 30. M/s. Address. Details of Contact person in SPMCIL regarding this tender:

TENDER DOCUMENT OF PURCHASE OF: Free Wheel Ratchet Bearing - NSS 30. M/s. Address. Details of Contact person in SPMCIL regarding this tender: Standard Bidding Document (SBD) (Procurement of Goods and Services) CURRENCY NOTE PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik

More information

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-21014/16/2013-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

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

TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT

TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT Tender No. MPSEDC: 182: P&A: 2012-13:09 DT. 26-04-2012 (All pages of this document except the Financial Bid should be signed and sealed in the Envelope

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 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

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

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

More information

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex. INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI भ रत य गक स थ न ग व ह ट Guwahati 781 039, Assam Phone: (0361) 2582067, 2582074: : Fax : (0361) 2692771 TENDER DOCUMENT NIT NO: IITG/MAIN/NIT/FY18-19/04 Dated 06.06.2018

More information

6) The bidder shall submit copy of P.F. Registration Number.

6) The bidder shall submit copy of P.F. Registration Number. A: ELIGIBILITY & PERFORMANCE CRITERIA 1) The bidder shall submit the name and address of the firm / company along with its constitution such as sole proprietorship / partnership / Limited concern etc in

More information

Tender Notice for security services

Tender Notice for security services Tender Notice for security services Tender are invited under TWO BID SYSTEM from reputed security service providers registered under the Companies Act, 1956, & having their offices at Bihar for providing

More information

e-tender Notice `.9.99 Lacs `.25,000/-

e-tender Notice `.9.99 Lacs `.25,000/- On Line Tender Notice No. 54 of 2018 Administration of Dadra & Nagar Haveli, U.T., Office of the Directorate, Medical & Public Health Department. Tel.No.0260-2642940, 2640615 email ID : svbch.sil@gmail.com

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 Specification No.: 04 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Tender Specification No.: 04 / 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

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No:

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No: DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO :- 08-2018-19 SR NO :- 1 P R No: - 352316 RFQ No: - 48684 Sr.No Particulars Description 1 Tender For Tender of labour charges for making fabrications of HT

More information

NOTICE INVITING TENDER

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

More information

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018)

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018) TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR 2017-18 (w.e.f. 1/08/2017 to 31/03/2018) TCN No.10/OMC/ROG/2017 Dtd.27/06/2017 Sealed quotations are invited

More information

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF SPLIT AIR CONDITIONERS ON BUYBACK BASIS

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF SPLIT AIR CONDITIONERS ON BUYBACK BASIS NOTICE INVITING TENDERS for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF SPLIT AIR CONDITIONERS ON BUYBACK BASIS 1. Institute for Development and Research in Banking Technology invites tenders

More information

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

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

More information

F. No. 22(7)/NBB/Security/2019 Dated :

F. No. 22(7)/NBB/Security/2019 Dated : Tel.No. 23232672, 23216693 Fax No. 23231158 Email: nbb.admin@gmail.com F. No. 22(7)/NBB/Security/2019 Dated : 23.02.2019 Sub: Tender notice for providing Security Guards for 8 hours duty. Sealed tenders

More information

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana.

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana. // UTTAR GUJARAT VIJ COMPANY LIMITED // : CIRCLE OFFICE, MEHSANA : :: TENDER FOR THE WORK OF:: Annual Contract for Garden Maintenance at office campus UGVCL Mehsana. PR: - 318232 RFQ: - 43877 Page 1 of

More information

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA BALMER LAWRIE & CO. LTD. (A Govt. of India Enterprise) [Container Freight Station] P-3/1, Transport Depot Road Kolkata 700 088 Ph.No.:24506-816 & 811 Fax No.:2449-8355 Email No.: sett.a@balmerlawrie.com

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

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

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

More information

TENDER DOCUMENT. AIR-CONDITIONING WORKS AT AT KATKOL BRANCH

TENDER DOCUMENT. AIR-CONDITIONING WORKS AT AT KATKOL BRANCH Ref No. CO/BLR/18-19/m-Ten/034 TENDER DOCUMENT. AIR-CONDITIONING WORKS AT AT KATKOL BRANCH SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE BENGALURU on behalf of STATE BANK OF INDIA, AO-7, HUBBALLI.

More information

The Primary Reformer Furnace was installed and commissioned in 1997 by M/s L&T Mumbai and the Furnace inside Refractory work was done by M/s CIRIA.

The Primary Reformer Furnace was installed and commissioned in 1997 by M/s L&T Mumbai and the Furnace inside Refractory work was done by M/s CIRIA. TENDER DOCUMENTS FOR REPLACEMENT OF RADIANT FURNACE CERAMIC FIBER MODULE LINING OF PRIMARY REFORMER H-3201 OF AMMONIA-II PLANT AT N.F.L., VIJAIPUR VIJAIPUR UNIT I. Description: NFL Vijaipur, is a gas based

More information

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi -110067 NOTICE With the approval of the competent authority the tender of the Annual Maintenance Contract of Sewage

More information

KTDC/PA1/CC/3861/ /11/2014. Kerala Tourism Development Corporation Limited invites sealed tenders from

KTDC/PA1/CC/3861/ /11/2014. Kerala Tourism Development Corporation Limited invites sealed tenders from Kerala Tourism Development Corporation Limited (A Govt. of Kerala Undertaking) Corporate Office: Mascot Square, P B No 5424, Thiruvananthapuram 695 033. Phone + 91 471 2 721243, administration@ktdc.com,web

More information

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec Price Rs.5000/- No. CCTV/2017 Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2017. To Secretary, Board of School

More information

Limited Tender. Annexure A

Limited Tender. Annexure A Enq No.54/T-268(12-13) Date: 04/12/2012 Limited Tender Sir, Sealed Tender are invited by the General Manager, India Government Mint, Kolkata to carry out the below mentioned job work as per description.

More information

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING)

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING) Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad 500 095 NOTICE INVITING TENDER (E-TENDERING) NIT No: 26/2017-18 Date: 02/01/2018 1 Name of the work and place Supply and Installation

More information

West Bengal Tourism Development Corporation Limited

West Bengal Tourism Development Corporation Limited West Bengal Tourism Development Corporation Limited (A Govt. of West Bengal Undertaking) Udayachal Tourist Lodge (1 st floor), DG Block, Sector II, Kolkata 700091 Mail : visitwestbengal@yahoo.co.in Website:

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

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA CURCHOREM BRANCH, CURCHOREM, GOA. TECHNICAL BID Part - I NOTICE INVITING TENDER & GENERAL CONDITIONS OF CONTRACT. OWNERS Bank of

More information

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. 1 BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION P-3/1, TRANSPORT DEPOT ROAD, KOLKATA 700088. Phone No 24506816 /2450-6818, Fax No. 2449-5298 E-mail: paul.g@balmerlawrie.com] CIN - L15492WB1924GOI004835

More information

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Government of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site:www.nid.edu NIT No.

More information

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu.

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu. -1- INSTRUCTION OF BIDDERS : 1. Offers are invited on behalf of the Diu Municipal Council, Diu. 2. The offer documents consisting a General conditions, specification, conditions of contract price bid etc.

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

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For Price Rs.5000/- No. CCTV/BSEH/18/01 Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2018 To Secretary, Board of School Education Haryana,

More information

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated:

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi No.204/2/2015(AMC) Dated: ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi-110001 No.204/2/2015(AMC) Dated: 05.05.2015 1 Tender Notice Subject: Annual Contract for Repair/Maintenance, Polishing, renovation,

More information

TATA INSTITUTE OF SOCIAL SCIENCES V.N. Purav Marg, Deonar, Mumbai

TATA INSTITUTE OF SOCIAL SCIENCES V.N. Purav Marg, Deonar, Mumbai TATA INSTITUTE OF SOCIAL SCIENCES V.N. Purav Marg, Deonar, Mumbai - 400 088 NOTICE INVITING TENDERS No. ID&S/PB/AMC/6/17 Date:29/05/2017 1. Sealed tenders for Annual Job Contract containing item-wise rates

More information

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor Annexure II 1) Premises: Engineering Projects (India) Ltd. (A Govt. of India Enterprises) Scope Complex, Core 3 7, institutional area, Lodhi Road, New Delhi 110003 2) Area: 61492 square feet (AC & Non-AC)

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

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala)

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala) KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala) KINFRA HOUSE, TC 31/2312, Sasthamangalam, Thiruvananthapuram -695 010 Tel: 0471-2726585 Fax: 0471-2724773

More information

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala) KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala) KINFRA HOUSE, TC 31/2312, Sasthamangalam, Thiruvananthapuram -695 010 Tel: 0471-2726585 Fax: 0471-2724773

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER Government of West Bengal Samagra Shiksha Mission Cooch Behar Jnanakur Bhawan (2 nd Floor), Harendra Narayan Road, Cooch Behar Phone: 03582-224521/224670, email- ssmcoob@gamil.com Memo No.: 493/SSM/COB/18-19

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

TENDER FORM. Tender Enquiry No. IISERBpr/IWD/ /17 Date: Last date for receipt of Quotation/Tender:

TENDER FORM. Tender Enquiry No. IISERBpr/IWD/ /17 Date: Last date for receipt of Quotation/Tender: TENDER FORM TENDER FOR COLLECTION, PLUCKING AND SELLING OF CASHEW NUTS AND THALAMUS FOR THE HARVESTING SEASON 2018 i.e. FOR THE PERIOD FROM 15.03.2018 TO 31.05.2018 FROM THE PLANTATION LOCATED AT IISER

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

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA To 27/04/2017 All Concerned New Delhi Sub: Providing and Fixing of signage board at PFRDA Sealed Bids are invited under Single Bid system for providing and fixing of signage boards from experienced Firms/

More information