REQUEST FOR PROPOSAL (RFP)

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP)"

Transcription

1 REQUEST FOR PROPOSAL (RFP) For Interior, Furnishing, Network Data Cabling, Electrical &Air Conditioning Works RFPReferenceNumber: NPCI:RFP: /15 National PaymentsCorporation ofindia, C-9, 8 th Floor, RBI Premises, BKC, Bandra (East) Mumbai Tel: Satish.hegde@npci.org.in Website: a. Cost of RFP Document: Rs.5,618/- (Non refundable) inclusive of Service tax of 12.36%. b. The bidder should pay the cost of the RFP document by means of Demand Draft for Rs. 5,618/-drawn in favour of National Payments Corporation of India, payable at Mumbai and enclose the same to the TB-Part of the RFP Form.

2 DISCLAIMER The information contained in this Request for Proposal (RFP) document or information provided subsequently to Bidder or applicants whether verbally or in documentary form by or on behalf of National Payments Corporation of India (NPCI), is provided to the Bidder on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. This RFP document is not an agreement and is not an offer or invitation by NPCI to any parties other than the applicants who are qualified to submit the Bids ( Bidders ). The purpose of this RFP document is to provide Bidder with information to assist the formulation of their proposals. This RFP document does not claim to contain all the information each Bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP document and where necessary obtain independent advice. NPCI makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP document. NPCI may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP document. 2

3 NOTICE INVITING BID Notice Inviting Bid published in daily English Newspapers, The Times of India and The Economic Times dated 1 st October,

4 NOTICE INVITING BID National Payments Corporation of India (NPCI) invites bids from competent bidders for the execution of Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra(E), Mumbai , India. Interested parties may collect the RFP document form from the office of the Company at the below address during normal working hours National Payments Corporation of India, C-9, 8 th Floor, RBI Premises, BKC, Bandra (East) Mumbai The soft copy of the RFP document will be made available on NPCI s website Prospective bidders satisfying the minimum eligibility criteria as laid down in the RFP document may collect the electronic copy of the RFP document including Bill of Quantity (BOQ), detailed drawings, etc. from the above mentioned address on the payment of Rs.5,618/- (non-refundable inclusive of service tax) by way of Demand Draft in favour of National Payments Corporation of India. The RFP document completes in all respects shall be submitted to the Chief Executive Officer at the above address latest by 4:00 p.m. on 21st, October Offers received without paying RFP document cost shall not be considered and shall be rejected. A pre-bid meeting to clarify any issues will be held at the above address on 14 th October, 2014 at 11:00 AM. NPCI may, at its discretion, amend / provide clarifications on the RFP including extension of the deadline for submission of bids at any time before the last date for submission of the bids. Any such amendments/ clarifications will be notified by NPCI by placing it on NPCI website and the same will be binding on all the bidders. Bidders are advised to regularly visit NPCI website for obtaining updates on the RFP. NPCI reserves the right to reject any or all of the bids without assigning any reason whatsoever. (Signed) Managing Director & CEO 4

5 CHECKLIST Note: The following items must be checked before the bid is submitted: Sr. No. Item Description Enclosure Yes / No Envelope- 1 1 RFP Document Cost DD for Rs.5,618/- in favour of National Payments Corporation of India. 2 Earnest Money Deposit DD for Rs.5,00,000/- in Envelope- 1 favour of National Payments Corporation of India. 3 Technical Bid Part of the document along with Envelope- 1 Annexure 4 Masked Price Bid Envelope- 1 5 Price Bid & BOQ Envelope- 2 Before submitting their application, bidders are advised to ensure that all the pages of the Offer including RFP notice, instructions to bidders, technical bid, price bid, etc. are signed by the authorized signatory of the bidders or their GPA holder and these documents are placed in the respective envelopes. Bidders should also ensure that the envelopes are duly sealed and super scribed in the manner prescribed in this document. NPCI reserves the right to reject incomplete applications or in cases where information submitted is found incorrect. 5

6 I. GENERAL INFORMATION EXECUTION OF INTERIOR, FURNISHING, NETWORK DATA CABLING, ELECTRICAL & AIR CONDITIONING WORKS FOR NPCIOFFICE PREMISES SITUATED AT MUMBAI. a. The RFP Document National Payments Corporation of India invites sealed bids from interested parties / contractors who have completed work of similar nature for the work mentioned below: Sr. Description Details No. 1 Name of the Work Execution of Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra (E), Mumbai RFP Document Cost Rs. 5,618/- inclusive of service tax (Nonrefundable) 3 Earnest Money Deposit Rs. 5,00,000/- 4 Performance Bank Guarantee Rs. 10,00,000/- (after adjusting EMD) (to be submitted within 14 days of the award of work contract along with acceptance of award) 5 Defect Liability Period 12 months from the date of virtual completion 6 Retention money 5% of the bill amount to be retained from each running bill. 7 Validity of Offer 180 days from the date of opening the Price Bid 8 Liquidated damages At the rate of 0.5% of the contract value per week subject to a maximum of 5% of the accepted contract value. 6

7 Completed application forms, as detailed in instructions, are to be submitted to: National Payments Corporation of India, C-9, 8 th Floor, RBI Premises, BKC, Bandra (East) Mumbai The prospective Bidder/ contractor meeting the minimum eligibility requirement may collect the RFP documents consisting of Technical Bid and Price Bid from the Office at the above mentioned address. The RFP documents will be issued between a.m. to 4.00 p.m. on all working days from 1 st October 2014 excluding Bank Holidays and Saturdays / Sundays at the aforementioned address. Last date for submission of completed application forms is 21 st October, 2014 at 4.00 p.m. 2. The RFP document is not transferable b. Minimum Eligibility Criteria NPCI has laid the following criteria for prequalification of contractors: 1. Interior works including Electrical, Network and Data Cabling, Air-conditioning works for Corporate Office projects during last 3 (three) years ending 31st March, 2014 for Govt. Departments/Public Sector undertaking/ Financial Institutions & Banks, MNC companies having successfully completed four works of Rs 150 Lakhs each. The experience of fit out works for Corporate Office Projects only will be considered. 2. Average annual turnover should be more than Rs 10 Cr during the last three years ending 31st March Average Annual Turnover will be considered for main bidder firm on standalone basis and not for the Group Company or Subsidiary Company. 4. Documentary proof with respect to the details furnished in the application form regarding eligibility criteria shall be furnished along with the application form. In this regard, copies of the work order and completion certificate and/or such documents shall be submitted. Incomplete applications or applications without proper proofs for establishing their credentials will be summarily rejected and no correspondence will be entertained in this regard. 7

8 5. Annual Turnover will be considered for main bidder and not for the Group Company or Subsidiary Company. 6. The information regarding Financial Criteria and Average Annual Turnover certified only by Chartered Accountant will be considered. 7. Profit after Tax should be Positive for the latest financial year. 8. Net worth of Prospective Bidder during last audited financial year should be greater than Rs.300 Lakhs. 9. Joint Venture/Consortium is not permitted. 8

9 II. INSTRUCTIONS TO BIDDERS 1. Time schedule: Sr. Activity Schedule No. 1 RFP Reference Number NPCI:RFP: /15 2 Release of RFP to bidders 1 st October, Last date for receiving Prebid 13 th October, 2014at 1.00 p.m. at queries in writing Satish.hegde@npci.org.in 4 Pre-bid Meeting 14 th October, 2014 at 11:30 am at BKC office: National Payments Corporation of India C-9, 8th Floor, RBI Complex, BKC, Mumbai Last date and time for 21 st October,2014upto4.00 p.m. Bid Submission 6 Technical Bid Opening 21 st October 2014at 5.00 p.m. 7 Place of Bid Submission and opening of Bids 8 Name and Address for communication National Payments Corporation of India C-9, 8th Floor, RBI Complex, BKC, Mumbai Chief Executive Officer National Payments Corporation of India C-9, 8th Floor, RBI Complex, BKC, Mumbai Bid Related Queries Mr.Satish Hegde: Satish.hegde@npci.org.in Please note that offers received after the prescribed date will not be considered. All the Bidders/bidders are advised in their own interest to be present on the said dates at the specified time. Please note that the PB (Price Bid) part of the offer will not be opened along with the TB part (Technical Bid Part). After scrutiny of the technical bid part, visits to the sites(if decided), assessment of the offers, the PB part of only those Bidders, whose offers are found suitable to NPCI, will be opened at a later date. The date of opening of PB part will be intimated to those Bidders, whose offers are found 9

10 suitable as per TB part of the application. 2. The application form consist of the following documents, i.e., i. Newspaper Advertisement ii. RFP Notice iii. Checklist iv. General information v. Instructions to Bidder vi. Terms and Conditions vii. General Conditions of Contract viii. TB (Technical Bid) part of the application ix. PB (Price Bid) part of the application including Bill of Quantities(BOQ) 3. The offers are to submitted under two parts, i.e. TB (Technical Bid) part and PB (Price Bid) part as per the enclosed formats. Above items i), ii), iii), iv), v), vi), vii) and viii) constitute TB part item and ix) is the PB part. TB (Technical Bid) part: All the required information as per the details called for in TB part is to be furnished. a. A DD for Rs. 5,618/- towards RFP document cost and drawn in favour of National Payments Corporation of India and b. A DD for Rs. 5,00,000/- towards Earnest Money Deposit and drawn in favour of National Payments Corporation of India shall be enclosed along with the Technical bid. Offers received without the above payments will not be considered. Please do not give any indication of the price, cost and financial aspects of the offer in TB part. Please put the duly filled TB part of the application along with additional information and relevant annexure, DD for Rs. 5,618/- (including Service 12.36%) as the case may be etc. in a separate cover and seal the same. Please super scribe the cover as follows: TB (Technical Bid) part pertaining to RFP called by National Payments Corporation of India for the Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of office premises at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, 10

11 Bandra-Kurla Complex, Bandra(E), Mumbai Please also mention the applicants name, full address and telephone number, mobile number (if any) on the cover. PB (Price Bid) part: i. The PB part of the application shall contain nothing but price aspects of the bid without any conditions. (If the price is subject to any conditions, the same will be disqualified) ii. Please put the duly filled PB part of the application in a separate cover and seal the same. Please super scribe the cover as follows: PB (Price Bid) part pertaining to RFP called by National Payments Corporation of India for the Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of office premises at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra(E), Mumbai Please also mention the applicants name, full address and telephone number, mobile number (if any) on the cover. 4. Both the sealed covers (TB and PB) are to be kept in another separate bigger cover duly sealed and clearly indicating the name of the Bidder with full address, phone no. RFP called by National Payments Corporation of India for the Interior, Furnishing, Network Data Cabling, Electrical, & Air conditioning works of office premises at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra(E), Mumbai Please ensure that the final sealed cover contains two closed covers pertaining to TB part and PB part of the offer. 5. All the pages of the offer (both TB part and PB part) are to be signed by the Bidder or by the authorized signatory of the Bidder The bidders or the GPA (General Power of Attorney) holder of the bidder has to sign all the pages of the offer (both TB and PB part). 11

12 Incomplete applications and applications lacking in details and without signatures are liable to be rejected. Important: Bidders are requested to deliver the closed cover in person to the office of Managing Director & CEO, National Payments Corporation of India C-9, 8 th floor, RBI Building, Bandra-Kurla Complex, Mumbai , against acknowledgement. In case they intend to send by post/ courier it should be addressed to the said office to ensure proper receipt of their Bid offer. NPCI is not responsible if any offers sent by post / courier are lost in transit and/ or not received by NPCI in proper condition. Place: Date: Signature of the Bidder with seal 12

13 III. TERMS AND CONDITIONS The terms and conditions shall form part of the RFP Document to be submitted by the bidder to National Payments Corporation of India hereinafter termed as NPCI. A. TERMS AND CONDITIONS - TECHNICAL 1. RFP Document Cost: RFP document cost of Rs. 5,618/- inclusive of service tax (Non refundable) is payable along with TB (Technical Bid) Part by means of Demand Draft favouring National Payments Corporation of India payable at Mumbai. Offers not accompanied by RFP Cost will be rejected summarily. The bidder shall bear all the costs associated with the preparation and submission of bid and NPCI will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process. 2. Earnest Money Deposit(EMD): i. The bidders have to submit the bid earnest money (refundable after signing of the contract and furnishing Performance Bank Guarantee(PBG) for successful bidders and after finalizing the selection process for unqualified bidders) of Rs. 5,00,000/- (Rupees Five Lakhs Only) by way of Demand Draft(DD) along with the technical bid. ii. The failure or omission to deposit or keep deposited the Earnest Money shall disqualify the Bidder. iii. No interest shall be payable by NPCI in respect of such deposited Earnest Money. iv. The Earnest Money of an unsuccessful Bidder shall be refunded after the final decision on the Bids or on expiry of the validity period whichever is earlier on presenting receipt thereof. v. The EMD may be forfeited: a. If a Bidder makes any statement or encloses any form which turns out to be false/incorrect at any time prior to signing of the contract b. If he withdraws/revokes his offer or modifies/changes the same during the validity of the Bid c. In case of successful Bidder, if the Bidder fails to Sign the contract within the specified date from the date of issuing the Letter of Acceptance. d. Failure to submit the Performance Bank Guarantee within the stipulated period makes the EMD liable for forfeiture. In such instance, NPCI at its discretion may cancel the contract awarded to the selected bidder without giving any notice. e. Where the bidder being technically qualified, withdraws the bid before the entire commercial evaluation process has been completed. 13

14 3. Validity: The Price bid will be valid for a period of 180 days from date of opening of PB part. If the successful bidder withdraws his/her offer during the validity period or makes modifications in original offer which are not acceptable to the NPCI without prejudice to any other right or remedy NPCI shall be at liberty to forfeit the EMD. 4. No Binding Relationship: No binding legal relationship will exist between any of the Respondents and NPCI until execution of a contractual agreement. Each Recipient acknowledges and accepts that NPCI may in its absolute discretion apply selection criteria specified in the document for evaluation of proposals for short listing / selecting the eligible vendor(s). The RFP document will not form part of any contract or arrangement, which may result from the issue of this document or any investigation or review, carried out by a Recipient. 5. Submission of RFP: The bidder is expected to examine all instructions, forms, terms and conditions and technical specifications in the Bidding Document before submitting bid. Submission of a bid not responsive to the Bidding Document in every respect will be at the bidder s risk and may result in the rejection of the bid without any further reference to the bidder. 6. Communication: Bidders are required to submit their RFP and direct all communications related to this RFP, through the nominated Point of Contact person. Respondents should provide details of their contact person, telephone, fax, and full address(s) to ensure that replies to RFP could be conveyed promptly. 7. Amendment to Bidding Documents: At any time prior to the last Date and Time for submission of bids, the NPCI may, for any reason, modify the Bidding Document by amendments at the sole discretion of the NPCI. All amendments shall be uploaded on NPCI s website by way of corrigendum. Any corrigendum as well as clarification thus issued shall be a part of the Bid documents and it will be assumed that the information contained in the amendment have been taken into account by the Bidder while submitting the Bid. To give prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, NPCI may extend, at its discretion, the deadline for submission of Bids, in which case, NPCI will notify all Bidders by placing it on website of the extended deadline and the same will be binding on them. 8. Site Visit: The bidder must obtain himself on his own responsibility and his own expenses all information and data which may be required for the purpose of filling this RFP document and enter into a contract for the satisfactory performance of the work. The bidder is requested satisfy himself regarding the availability of water, power, transport and communication facilities, the character quality and quantity of the materials, labour, the law and order situation, local authorities requirements, traffic regulations etc. The bidder will be fully responsible for considering the financial effect of any or all the factors while submitting his bid. 14

15 9. Queries/Clarification: Queries / Clarification if any may be taken up with the contact persons detailed above before the deadline for submission of bids between am to 4.00 pm on any working days (Monday to Friday except holidays). If NPCI, in its absolute discretion, deems that the originator of the question will gain an advantage by a response to a question, then NPCI reserves the right to communicate such response to all Respondents. 10. Language of the bid: The bid prepared by the Bidders, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the NPCI and supporting documents and printed literature shall be written in English. 11. Conditional Bids: Conditional Bids shall be summarily rejected. 12. Masked Price Bid: The bidder should submit along with the technical bid, a copy of the actual price bid (as per the format specified by NPCI) being submitted to NPCI by masking the actual prices. This is mandatory. The bid may be disqualified if it is not submitted by masking it properly. NPCI reserves the right to cancel the bid at the time of commercial evaluation, if the format/detail (except price) of Masked Price Bid does not match with the format/detail of actual Commercial Bid submitted. 13. Last Date and Time for Submission of Bids: Bids must be received by the NPCI at the address specified in the Bid Document not later than the specified date and time as specified in the Bid Document or as extended by the NPCI. In the event of the specified date of submission of bids being declared a holiday for the NPCI, the bids will be received up to the appointed time on next working day. 14. Late Bids: Any bid received by the NPCI after the deadline for submission of bids will be rejected and returned unopened to the Bidder. 15. Modifications and/or Withdrawal of Bids: Bids once submitted will be treated, as final and no further correspondence will be entertained on this. No bid will be modified after the deadline for submission of bids. No bidder shall be allowed to withdraw the bid, if the bidder happens to be a successful bidder. 16. Qualifying Bid: Only those bids which qualify in the Technical Evaluation will be considered for Commercial Evaluation. 17. Bidder Quoting Abnormally Low Rates: Bidder quoting abnormally low / erratic rates may be asked to submit rate analysis & NPCI shall have the discretion to demand for additional Performance Bank Guarantee from the bidder for value that NPCI may deem appropriate. This Performance Bank Guarantee will be treated as an additional security deposit for due fulfilment of contract and will be retained by NPCI for entire completion period of the project. The bidder shall undertake not to cancel/withdraw the said Performance Bank Guarantee. In case contractor fails to undertake the job within stipulated time or leave the same incomplete or carryout substandard job, NPCI will be at liberty to forfeit this amount by invoking the 15

16 Performance Bank Guarantee. 18. Offer Acceptance: NPCI will notify all short-listed Respondents in writing or by mail or by publishing in its website as soon as practicable about the outcome of their RFP. NPCI is not obliged to provide any reasons for any such acceptance or rejection. Submission / receipt of the offer does not constitute acceptance of the said offer by NPCI. NPCI at its discretion may consider/ reject any or all the offers without assigning any reasons whatsoever and the decision of NPCI in this regard is final and binding. 19. Signing of contract Documents: The successful bidder shall be bound to implement the contract within 14 days of receipt of the Notification of Award by signing an agreement and conditions of contract attached herewith within 14 days from the receipt of intimation of acceptance of his bid by the NPCI and submit the PBG of Rs. 10,00,000/-. However, the written acceptance of the bid by the NPCI will constitute a binding agreement between the NPCI and successful bidder whether such formal agreement is subsequently entered into or not. The notice inviting bid, general rules & instructions for the guidance of bidder shall form a part of the contract document. The successful bidder/contractor, on acceptance of his bid by the Accepting Authority, shall, sign on a stamp paper the contract consisting of: a) Standard form of Agreement on stamp paper. (b) Notice inviting bid, all the documents including RFP, drawings, if any, forming part of the RFP as issued at the time of invitation of bid and acceptance thereof together with any correspondence leading thereto. General Conditions, Schedules leading to Technical Specification, Special Conditions, Technical Brochures in schedules submitted by the bidder etc., (c) Price Bid / Bill of Quantities. 20. Government & Local Rules: The bidder shall conform to the provisions of all the local laws and Acts relating to the work and to the Regulations etc. of the Government and Local Authorities. The cost, if any, shall be deemed to have been included in the quoted rates, taking into account all liabilities for licenses, fees etc. that are payable in this regard and bidder shall indemnify NPCI against such liabilities and shall be responsible for all actions arising from such claims or liabilities. 21. Carrying out the Work: The work has to be carried out strictly according to the drawings and technical specifications and in the most workmen like manner. Execution of non-schedule item/deviating from drawing for deliberately avoiding schedule item without prior approval, shall not be consider at all and will attract penalty. The bidder shall be required to prepare shop drawings as may be required in consultation with the NPCI, Architect and PMC personnel. 16

17 22. Time for completion and handing over: Time is the essence of this contract. The time stipulated in the Contract or elsewhere for handing over complete possession of the premises in all respects including the various services shall be followed strictly. Under no circumstances, the project would be rescheduled. In case of delay, the successful bidder would forfeit the PBG amount and/or any other penalty that the NPCI may decide. 23. Liquidated Damages: The liquidated damages shall be 0.5% per week subject to a maximum of 5% of the accepted contract value. 24. Price Details: Price details are to be furnished in PB part only. No indication of the prices shall be given in the TB part. Prices shall be expressed in Indian Rupees only. 25. Additional Documents: NPCI may call for additional documents to substantiate the facts, if necessary after the RFP closes and all such information and material provided must be taken to form part of that Respondent s response. 26. Bidder s Background: The bidder / contractor shall be in the business- i.e., interior and civil work execution along with MEP Services for the past 5 years and above. Adequate proof to this extent shall be enclosed to TB part. 27. Offer Document to be Complete in all Respects: All columns in the RFP document must be duly filled in and no column should be left blank. Nil or Not Applicable should be marked where there is nothing to report. All pages of the RFP documents should be signed by the authorised signatory of the bidder. Any overwriting or use of white ink should be duly initiated by the bidder. NPCI reserves its right to reject the incomplete RFPs or in case where information submitted is found incorrect. In case the space in the RFP document is found insufficient, the vendor may use separate sheet to provide full information. 28. Canvassing: Canvassing in any form will automatically disqualify the offered. 29. Evaluation of Bids: All bids and other documents submitted shall become the property of NPCI. Information relating to the examination, clarification, evaluation and comparison of proposals shall not be disclosed to the bidders. 30. Contractor s Relatives Working with NPCI: The contractor shall give a list of his relatives, if any, working with NPCI along with their designations and addresses. B. TERMS & CONDITIONS COMMERCIAL 1. Performance Bank Guarantee: The successful bidder has to submit Performance Bank Guarantee of Rs. 17

18 10,00,000/- (Rupees Ten Lakhs Only) as per NPCI format within14 (fourteen) days of receipt of the Notification of Award. This Performance Bank Guarantee will be treated as a security deposit for due fulfilment of contract and will be retained by NPCI for entire completion period of the project. Failure to submit the Performance Bank Guarantee within 14 days makes the EMD liable for forfeiture. In such instance, NPCI at its discretion may cancel the award of contract to the selected bidder without giving any notice. 2. Rate and prices: a. The bidders shall quote their rates for individual items both in words and figures. In case of discrepancy between the rates quoted in words and figures the unit rate quoted in words will prevail. If no rate is quoted for a particular item the contractor shall not be paid for that item when it is executed. b. The amount of each item shall be calculated and the requisite total is given. In case of discrepancy between the unit rate and the total amount calculated from multiplication of unit rate and the quantity the unit rate quoted will govern and the total amount will be corrected. c. The bidders need not quote their rates for which no quantities have been given. In case the bidders quote their rates for such items those rates will be ignored and will not be considered during execution. d. The bidders should not change the units as specified in the bid. If any unit is changed the bid would be evaluated as per the original unit and the contractor would be paid accordingly. e. The bidder should not change or modify or delete the description of the item. If any discrepancy is observed he should immediately bring to the knowledge of the Consultant/NPCI. f. While furnishing the information in PB-Part, full details of the items/ materials should be furnished for each and every item in the respective columns as specified in BOQ. These particulars are subject to verification. 3. Mode of Payment: a. Prices quoted in the price bid and shall be exclusive of all taxes such as VAT, Service Tax (to be shown separately). No additional payment under any circumstances will be considered by NPCI. b. No additional payment under any circumstances will be considered by NPCI. c. Deduction at source for Income tax, etc. will be made as per statutory rule. 18

19 d. No advance payment will be made by NPCI under any circumstances. e. Escalation: The rate quoted shall be firm throughout the tenure of the contract and will not be subject to any fluctuation due to increase in cost of materials, labour, sales tax, Octroi etc. f. Retention Money: Retention Money to the tune of 5% of each running bill will be kept with NPCI towards defect liability. This retention money shall be payable after the completion of defect liability period. Any defects / imperfections, etc. noticed during the currency of the defects liability period will have to be rectified by the bidder free of cost, failing which, the said retention money will be utilised by NPCI for rectification of the defects. Signature of the Bidder with seal Place: Date: 19

20 IV. EVALUATION 1. PRELIMINARY EXAMINATION OF BIDS a. The evaluation process would consider whether the bidder has requisite prior experience and expertise to address NPCI s requirements and objectives. NPCI will examine the bids to determine whether they are complete, whether required information has been provided as underlined in the Bid document, whether the documents have been properly signed, and whether bids are generally in order. b. Eligibility and compliance to all the forms and Annexure would be the next level of evaluation. Only those Bids which comply to the Eligibility Criteria will be taken up for further technical evaluation. c. NPCI may, at its discretion, waive any minor informality, non-conformity or irregularity in the Bid that does not constitute a material deviation provided such waiver does not prejudice or affect the relative ranking of any Bidder. d. To assist in the examination, evaluation and comparison of bids NPCI may, at its discretion, ask any or all the Bidders for clarification and response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. e. Written replies submitted in response to the clarifications sought by NPCI, if any, will be reviewed. f. NPCI may interact with the Customer references submitted by Bidder, if required. g. If a Bid is not substantially responsive, it will be rejected by NPCI and may not subsequently be made responsive by the Bidder by correction of the nonconformity. NPCI s determination of bid responsiveness will be based on the content of the bid itself. 2. EVALUATION Of TECHNICAL BIDS The Technical Evaluation will be based on the following broad parameters: a. Compliance to Scope of Work (requirements) as specified in the RFP. b. To assist in the examination, evaluation and comparison of bids NPCI may, at its discretion, ask any or all the Bidders for clarification and response shall 20

21 be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. c. Written replies submitted in response to the clarifications sought by NPCI, if any, will be reviewed. d. Presentations on the skills, services provided etc., from the short-listed Bidders. Such presentations will become part of the technical evaluation. e. NPCI may interact with the Customer references submitted by bidder, if required. f. Documentary evidence for the scope of work already executed by the bidder. g. Key personnel under permanent employment with the bidder s firm. 3. TECHNICAL EVALUATION SCORING MATRIX Sr. No. Description Marks 1 Bidders credentials 10 2 Financial Strength 30 3 Experience of large projects 35 4 Infrastructure / Capabilities 25 Total Marks for Technical Evaluation 100 Bidders scoring equal to or more than 70% will qualify for Commercial Bid opening. The commercial bids of minimum 2 and maximum 5 of the top qualifying bids shall be opened. 4. EVALUATION Of COMMERCIAL BIDS i. NPCI reserves the right to accept any of the offers of the technically qualified RFP provided NPCI opines that it is most suitable from all aspects including the price and it serves NPCI s interest due to any reason. ii. Commercial bids of only the Bidders who have cleared the technical evaluation will be opened and evaluated. iii. Arithmetic errors in the Bids submitted shall be treated as follows: a. Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern; and 21

22 b. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate will govern unless, in the opinion of the NPCI, there is obviously a gross error such as a misplacement of a decimal point, in which case the line item total will govern. c. Where there is a discrepancy between the amount mentioned in the bid and the line item total present in the Commercial Bid, the amount obtained on totalling the line items in the Commercial Bid will govern. iv. The methodology for financial evaluation shall be as follows: SUMMAR Y SR. NO. NATIONAL PAYMENT CORPORATION OF INDIA PACKAGES FOR FITOUT VENDOR 1 CARPENTARY 2 DOORS 3 PARTITIONS 4 FLOORING 5 SKIRTING AND DADO 7 GYPSUM WORK 8 CIVIL WORKS 9 PAINTING 10 PLUMBING AND SANITARY FIXTURES 12 MISCELLANEOUS 14 HVAC SUPPLY LOW SIDE 15 ELECTRICAL WORKS 16 SAFETY SECURITY 17 NETWORKING SUB TOTAL ADD 8% ADD Service 7.42% LESS: DISCOUNT GRAND TOTAL - INTERIOR WORKS AMOUNT IN INR 22

23 5. SUCCESSFUL EVALUATED BIDDER 6. DISCUSSION AND AWARD 1. Bidders are requested to submit their lowest possible quotes in the PB Part as only the lowest two bidders will be called for discussing the terms of engagement and it lies to the discretion of NPCI to extend an opportunity to these two bidders to review their commercial offer and resubmit their revised bid in sealed cover only if they foresee downward price reduction with reference to their earlier commercial bid. Otherwise, the earlier bid from the bidder will be considered as the final bid. 2. After completing internal approval process, Bidder whose Bid Price is the lowest will be declared as successful evaluated bidder who will be called L1 Bidder. 3. The successful bidder shall furnish an undertaking stating that the commercials will be valid for a period of 180 days. 4. The successful bidder will execute a contract agreement within 14 days of award of contract and furnish the Performance Bank Guarantee of Rs. 10,00,000/-(Ten Lakhs Only) Place: Date: Signature of the Bidder with seal 23

24 V. GENERALCONDITIONS OF CONTRACT Except where provided for in the description of the individual items in the bill of quantities and in the specifications and conditions laid down hereinafter and in the Drawings, the work shall be carried out as per standard specifications and under the direction of NPCI. 1. DEFINITIONS / INTERPRETATIONS : 1) The `Contract' means the documents forming the Request for Proposal ( RFP ) and acceptance thereof and the agreement duly executed between NPCI and the Bidder, together with the documents referred to therein including those conditions, the specifications, bill of quantities, tender agreement, designs, drawings and instructions issued from time to time by the Project Manager. All these documents taken together shall be deemed to form one contract and shall be complementary to one another. 2) In the contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them :- a. The `Bidder' or `Supplier' or `Contractor' shall mean the individual or firm or Company, whether incorporated or not, undertaking the works and shall include the legal heirs/representatives of such individual or the partners composing firm and their legal heirs and successors, or company's authorised and constituted attorneys/agents and permitted assignees of such firm or company. b. NPCI shall mean National Payments Corporation of India and includes NPCI s representatives, successors and assigns. c. The `Project Manager' means the Senior Manager / Manager, or Officer, / Engineer and/or Site Engineer who shall supervise and be in-charge of the work or any other authorized representative or person specifically deputed by NPCI and / or the Consultants wherever NPCI employs them from time to time. d. `Contract Price shall mean the final accepted rates in the Price Bid hereto. e. `Date of Contract means the `Calendar date on which NPCI and Contractor have signed the Agreement on the Stamp Paper. 24

25 f. "Accepting Authority" shall mean the designated official of NPCI `Approval' wherever used in the specifications or bill of Quantities shall mean, respectively, approved by or approval of the `Accepting Authority' in writing. g. Appellant Authority shall mean the Managing Director and CEO of NPCI who shall also be the authority to consider any extension of time or compensation as defined in clause hereunder. h. `Notice in writing' or `written notice' shall mean a notice in writing typed or printed characters delivered to or sent by registered post to the last known address private or business address or registered office address, and shall be deemed to have been received when in ordinary course of post it would have been delivered, and/or delivered personally, or otherwise proved to have been received. i. `Virtual completion' shall mean that the work/installation is complete in all respects in the opinion of NPCI and for which the completion/clearance certificate has been issued by the Project Manager / Consultant and the installation is fit for usage. j. `Drawings' shall mean all drawings and/or design drawings furnished to the Bidder/sketches duly signed by the authorised Project Manager or the Consultant on behalf of NPCI before commencement or during the progress of the work. k. `Letter of Acceptance' shall mean intimation by a letter issued by the Accepting Authority of NPCI to Bidders that his bid has been accepted in accordance with the provisions in the said letter. l. "Defect Liability Period" shall mean a period of twelve months from the certified date of virtual completion issued by the Consultant/Project Manager and accepted by NPCI. m. Week means seven consecutive days. n. Day means a calendar day beginning and ending at 00 Hrs. and 24 Hrs. respectively. o. Specifications shall mean the specifications referred to in the RFP and any modifications thereof as may time to time be furnished or approved 25

26 by the architect / consultant Month means calendar month. p. Works or Work shall mean the permanent or temporary work described in the Scope of Works to be carried out and / or to be executed in accordance with the contract and includes materials, apparatus, equipment, temporary supports, fittings and things of all kinds to be provided, the obligations of the contractor hereunder and work to be done by the contractor under the contract. 2. SCOPE OF WORK 1) The work consists of supply, Installation, Testing & Commissioning based on technical specifications furnished. The contractor / supplier shall be responsible for its functioning according to the design criteria and its parameters. Notwithstanding the details furnished, any discrepancies shall be brought out in the technical bid highlighting the shortcomings and suggest modifications. 2) The work to be carried out under the contract shall, except as otherwise provided in these conditions, include all labour, materials, tools, plants, equipment and transport which may be required in preparation of and for and in the full and entire execution and completion of the works. 3) The descriptions given in the bill of Quantities shall, unless otherwise stated, be held to include wastage on material, carriage and cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labour necessary and for the full and entire execution and completion as aforesaid in accordance with good engineering practice and recognized principles. 4) The several documents forming the Contract are to be taken as mutually explanatory of one another, detailed drawing being followed in preference to small-scale drawing and figured dimensions in preference to scale and special conditions in preference to General Conditions. 5) In the case of discrepancy between the bill of quantities, the specifications and/or the Drawings, the following order of preference be observed: a. Description in Bill of Quantities. b. Particular Specifications and Special condition, if any c. Drawings prepared for the design. d. IS Specifications. 26

27 6) If there are varying or conflicting provisions made in any one or more document(s) forming part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of the document and his decision shall be final and binding on contractor. 7) Any error in description or quantity or rate in Bill of Quantities or any omission there from shall novitiate the Contractor release the contractor from the execution of the whole or any part of the works comprised therein according to drawings and specifications or from any of his obligations under the Contract. 8) The contractor shall forthwith comply with and duly execute any work comprised in such NPCI s / Consultant's instruction, provided always that verbal instructions, directions and explanations given to the contractor's or his representative upon the works by NPCI / Consultants shall if involving a variation be confirmed in writing to the contractor/s within 7 days. 9) No work, for which rates are not specifically mentioned in the priced bill of quantities, shall be taken up without written permission of NPCI / Consultant. Rates of items not mentioned in the priced bill of quantities shall be fixed by NPCI in consultation with the Consultant as provided in clause "Variation". 10) Regarding all factory made products, they shall be manufactured as per their respective IS code updated and all test undertaken at factory. 11) No claim by the contractor for additional payment shall be entertained which is consequent upon failure on his part to obtain correct information as to any matter affecting the execution of the work nor any misunderstanding or the obtaining incorrect information or the failure to obtain correct information relieve him from any risk or from the entire responsibility for the fulfilment of contract. 12) Errors, omissions and discrepancies In case of errors, omissions and / or disagreement between written and scaled dimensions on the drawings or between the drawings and specifications etc., the following order shall apply. a. Between scaled and written dimension (or description) on a drawing, the latter shall be adopted. b. Between the written or shown description or dimensions in the 27

28 drawings and the correspondence one in the specification the former shall be taken as correct. c. Between written description of the item in the specifications and descriptions in bills of quantities of the same item, the former shall be adopted. d. In case of difference between rates written in figures and words, the rate in words shall prevail. 3. WORK TO BE CARRIED OUT 1) The works shall be carried out at NPCI s premises at Unit No. 1001A, 10th Floor, The Capital, Plot No. C-70, G-Block, Bandra-Kurla Complex, Bandra(E), Mumbai , India. The Intending Bidder take into consideration the local environment of the above places and make himself thoroughly acquainted with the local site conditions, nature and requirements of works, facilities of transport condition, effective labour and materials, access and storage for materials and removal of rubbish. The Bidder shall provide in his tender cost of carriage, freight and other charges as also for any special difficulties and including police restriction for transport etc. for proper execution of work as indicated. The successful Bidder will not be entitled to any claim of compensation for difficulties faced or losses incurred on account of any site condition which existed before the commencement of the work or which in the opinion of NPCI / Consultant might be deemed to have reasonably been inferred to be so existing before commencement of work. Work shall be carried out through qualified electrician / service engineers having requisite trade certificate issued by technical board & supervised by person with a Supervisory License issued by statutory authorities. 2) The Contractor should also ensure that all the fitout guidelines issued by the builder of The Capital or the Facility Management Services provider engaged by the Builder are strictly complied during the course of the execution of the work and any damage or loss incurred by NPCI on account of negligence in this context by the Contractor shall be borne by the Contractor. 4. REQUEST FOR PROPOSAL( RFP ) 1) The entire set of RFP paper issued to the Bidder should be submitted fully priced and also signed on the last page of respective chapter (this shall be 28

29 acceptance of all the pages of the tender and its stipulations) together with initials on every page. 2) No modifications, writing or corrections can be made in the RFP papers by the Bidder, but he may at his option offer his comments or modifications in a separate sheet of paper attached to original RFP papers. 3) The Bidders should note that the tender is strictly on item rate basis and their attention is drawn to the fact that the rates for each and every item should be correct, workable and self-supporting. If called upon by NPCI / Consultant, detailed analysis of any or all the rates shall be submitted. NPCI / Consultant shall not be bound to recognise the contractor's analysis. 4) The works will be paid for as measured work" on the basis of actual work done and not as "lump sum" contract. 5) All items of work described in the bill of quantities are to be deemed and paid as complete works in all respects and details including preparatory and finishing works involved, directly, related to and reasonably detectable from the drawings, specifications and bill of quantities and no further extra charges will be allowed in this connection. In the case of lump-sum items, the payment of such items of work will be made for the actual work done on the basis of lump-sum charges as will be assessed to be payable by NPCI / Consultant. 6) NPCI has power to add to, omit from any work as shown in the drawings or described in the specifications or included in bill of quantities and intimate the same in writing but no addition, omission or variation shall be made by the contractor without authorization from NPCI. No variation shall vitiate the contract. 7) The Bidder shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the rates and prices quoted in the bill of Quantities, which rates and prices shall, except as otherwise provided, cover all his obligations under the Contract and all matters and things necessary for the proper completion and maintenance of the works. 5. SIGNING OF CONTRACT & AGREEMENT : 29

30 1) The successful Bidder on acceptance of his tender by the Accepting Authority, shall, within 14 (fourteen) days from the stipulated date of start of the work sign the contract consisting of :- i. Standard form of agreement on stamp paper, the notice inviting bid, all the documents including drawings, if any, forming the tender as issued at the time of invitation of bid and acceptance thereof together with any correspondence leading thereto. ii. Standard tender Form consisting of: a. NIT & General Rules and Instructions. b. General Conditions of contract and clauses of contract along with Annexure thereto, like specification, special conditions etc. c. Bill of Quantity and Price Bid. d. List of Approved Brands/manufacturers appended, if any. 2) The contractor shall pay for all stamps and legal expenses incidental thereto. 3) Two copies of agreement duly signed by both the parties with the drawings shall be handed over to the contractors. 6. PERMITS AND LICENCES : 1) The contractor will arrange permits and licenses for the release of materials or its purchases, which are under Government control. It may be clearly understood that no compensation or additional charges can be claimed by the contractor for non-availability of such materials in due time on this account or according to his own requirements. 2) The contractor may, however, be eligible to a proportionate extension of time on this account which in the opinion of NPCI / Consultant is reasonable. 7. GOVERNMENT AND LOCAL RULES : 30

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

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

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

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION MAHARASHTRA ELECTRICITY REGULATORY COMMISSION REQUEST FOR PROPOSAL E-TENDER FOR EMPANELMENT OF SUPPLIER - FOR SUPPLY OF STATIONERY ITEMS, PRINTING & BINDING WORKS IN MAAHRASHTRA ELECTRICITY REGULATORY

More information

PUNJAB AND SIND BANK TENDER DOCUMENT (TECHNICAL BID) FOR

PUNJAB AND SIND BANK TENDER DOCUMENT (TECHNICAL BID) FOR PUNJAB AND SIND BANK TENDER DOCUMENT (TECHNICAL BID) FOR ELECTRICAL/DATA/TELEPHONE WORK FOR PUNJAB AND SIND BANK S, RENOVATION / REFURBISHMENT OF THEIR PREMISES LOCATED AT FITWELL HOUSE, L.B.S. MARG VIKHROLI

More information

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

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

More information

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

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX: 1 Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata 700 088 Phone: 033 2401 5602, FAX: 033 2401 4081 Notice Inviting Tender Tender no: WML / NIT / 12 / 2015 Dated:

More information

INTERIOR, ELECTRICAL, AIR CONDITION, CCTV, DATA CABLING AND PA SYSTEM WORKS FOR THE ERNAKULAM DISTRICT CO-OPERATIVE BANK LTD., BRANCH AT KOOVAPPADY

INTERIOR, ELECTRICAL, AIR CONDITION, CCTV, DATA CABLING AND PA SYSTEM WORKS FOR THE ERNAKULAM DISTRICT CO-OPERATIVE BANK LTD., BRANCH AT KOOVAPPADY Tender for INTERIOR, ELECTRICAL, AIR CONDITION, CCTV, DATA CABLING AND PA SYSTEM WORKS FOR THE ERNAKULAM DISTRICT CO-OPERATIVE BANK LTD., BRANCH AT KOOVAPPADY T E C H I N C A L BID LAST DATE: On or before

More information

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

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

More information

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

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

More information

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

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

More information

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

for SUPPLY OF HP TONER CARTRIDGE

for SUPPLY OF HP TONER CARTRIDGE SHORT TERM TENDER for SUPPLY OF HP TONER CARTRIDGE Tender no. SPIC/2015/29897/A Date: 24/09/2015 Society for Promotion of Information Technology in Chandigarh ( Under the aegis of Department of Information

More information

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

(A statutory body of Govt of Kerala)

(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

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED: 1. Part-I, Commercial, 2. Part-I, Commercial, 3. Part-I, Commercial, 5 of 6.2 M The Effective Date of Contract shall be the date of issuance of LOI (Letter of Intent) by the Owner. 7 of 9.1.1 M Bids must

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

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:- TENDER DOCUMENT FOR Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of Domestic and International Air Tickets Name of the Agency:- Address:-... Contact Person: Phone/ Mobile: E-mail Id: LAST

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

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

UNITED INDIA INSURANCE CO. LTD. PART I: TECHNICAL BID

UNITED INDIA INSURANCE CO. LTD. PART I: TECHNICAL BID UNITED INDIA INSURANCE CO. LTD. Regional Office: S.C.O. 123 124, Sector 17-B, Chandigarh 160 017 Ph: 0172 5039025 & 2712631, Fax: 0172-2711485 Website: http://www.uiic.co.in PART I: TECHNICAL BID Tender

More information

PART A : TECHNICAL BID

PART A : TECHNICAL BID Page 1 of 50 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. CIRCLE OFFICE State Bank of India, Local Head Office Building, 3 rd Floor, C-6, G-Block, Bandra Kurla Complex, Bandra East, Mumbai-400051 TENDER FOR:

More information

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017 MANAGEMENT DEVELOPMENT INSTITUTE, GURUGRAM, HARYANA TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017 FOR CONSTRUCTION OF HOSTEL BLOCK (B+G+9) IN MANAGEMENT DEVELOPMENT

More information

TENDER FOR INTERIOR FURNISHING WORK AT THENI REGIONAL OFFICE & ALLINAGARAM BRANCH & ATM

TENDER FOR INTERIOR FURNISHING WORK AT THENI REGIONAL OFFICE & ALLINAGARAM BRANCH & ATM TENDER FOR INTERIOR FURNISHING WORK AT THENI REGIONAL OFFICE & ALLINAGARAM BRANCH & ATM NOTICE OF INVITATION TO TENDER Premises & Estate Section Circle Office,St. Mary s Campus, East Veli Street, Madurai-625001

More information

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -... TENDER DOCUMENT FOR Empanelment of Travel Agents with B a n k of India for Booking of Domestic and International Air Tickets Name of the firm: - Address: -... Contact Person: Phone/Mobile Fax nos.: E-mail

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

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

More information

Corporation Bank. (A Premier Govt. of India Enterprise) HEAD OFFICE MANGALORE

Corporation Bank. (A Premier Govt. of India Enterprise) HEAD OFFICE MANGALORE Corporation Bank (A Premier Govt. of India Enterprise) HEAD OFFICE MANGALORE TENDER FOR SUPPLY AND INSTALLATION OF SOLAR STREET LIGHTING SYSTEM BY DISMANTLING THE EXISTING SOLAR STREET LIHGT SYSTEM AT

More information

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

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

More information

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/07/2017 Date: 01.09.2017 Sub: Invitation of sealed quotation for Supply of Ultra Sonic Bird Repeller

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

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

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

More information

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

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

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

More information

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd. Client ID 35 Tender 1266 Page No. 1/14 TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Tender Notice ***** UTIITSL invite sealed tenders in Two Bid Systems comprising of (a) Technical Bid

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/OPN/1/TEN-02/2017 Date: 22.06.2017 Sub: Invitation of sealed quotation for Procurement of Plastic Chairs.

More information

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017 Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017 Tender Notice for supply of LED light fixtures to State Bank of India-GITC Annexe at Belapur Balaji Bhawan Name of work Estimated cost EMD to be

More information

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS Part A TENDER DOCUMENT (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS This document consists of the following: a. Notice Inviting Applications

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

UNITED INDIA INSURANCE CO LTD [A Government of India Enterprise]

UNITED INDIA INSURANCE CO LTD [A Government of India Enterprise] UNITED INDIA INSURANCE CO LTD [A Government of India Enterprise] Registered & Head Office, United India House 24, Whites Road, Chennai 600 014 TENDER FOR PROPOSED RENOVATION, CIVIL, FURNISHING, ELECTRICAL

More information

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR Transportation of free textbooks and exercise books from Balbharti godown to block level in Maharashtra

More information

UNIVERSITY OF PERADENIYA

UNIVERSITY OF PERADENIYA UNIVERSITY OF PERADENIYA INVITATION FOR BIDS (IFB) PURCHASING OF PHOTOCOPY PAPERS 1. The Chairman, University Procurement Committee on behalf of the University of Peradeniya now invites sealed bids from

More information

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017 TENDER FOR Supply and Installation of Furnitures at BIT MESRA, Ranchi Tender No.: RC/Fur Tender date: 18th July, 2017 Last Date of submission: 3rd Aug, 2017 Birla Institute of Technology, Mesra Page 1

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

UNITED INDIA INSURANCE CO. LTD. [A Government of India Enterprise]

UNITED INDIA INSURANCE CO. LTD. [A Government of India Enterprise] UNITED INDIA INSURANCE CO. LTD. [A Government of India Enterprise] Registered & Head Office, United India House 24, Whites Road, Chennai 600 014 TENDER FOR PROPOSED INTERIOR FURNISHING; ELECTRICAL AND

More information

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

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

More information

(e-procurement System)

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

More information

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

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

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

More information

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

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara 1 of 11 STATE LOAD DESPATCH CENTRE 132 KV GOTRI S/S Compound, Nr. TB Hospital, Gotri Road, Vadodara-390021 Fax (0265)2352019 Ph. 0265-232 2206 Website: www.sldcguj.com Email : sldcscada.getco@gmail.com

More information

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

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

More information

STATE BANK INSTITUTE OF CRDIT AND RISK MANAGEMENT GURUGRAM, HARYANA

STATE BANK INSTITUTE OF CRDIT AND RISK MANAGEMENT GURUGRAM, HARYANA SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR CIVIL WORK (STAIR CASES) AT STATE BANK INSTITUTE OF CRDIT AND RISK MANAGEMENT GURUGRAM, HARYANA 1 Contractor s Signature & Stamp INDEX S. NO.

More information

NIT for Tender No. GCO 8524 P19

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

More information

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids: NOTICE INVITING BID Sub: Inviting Bids for Appointment of Chartered Accountants for conducting Statutory Audit and other advisory to DSCI for the Financial Year 2018-19. Delhi State Cancer Institute is

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidiary of State Bank of India) CIN: U9300MH2016PTC282507 CIRCLE OFFICE, KOLKATA SAMRIDDHI BHAVAN, BLOCK D, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA

More information

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

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

More information

TENDER DOCUMENT FOR INTERIOR & FURNISHING WORK FOR

TENDER DOCUMENT FOR INTERIOR & FURNISHING WORK FOR SBI INRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR INTERIOR & FURNISHING WORK FOR BRANCH OF SBI AT PANDITWARI (DISTT. DEHRADUN, UTTARAKHAND) SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. AO, DEHRADUN

More information

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis.

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis. INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, PUNE Website : http://rcpune.ignou.ac.in Cost of Tender form Rs. 500/F.No. IG/RCP/Scrap Sale/2017/ Dt. 31/10/2017 To M/s.... Sub : Tender for sale

More information

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014 No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014 Subject: Request for quotation for 21 nos. of Apple ipad mini (Wi-Fi + Cellular) model of 16 GB capacity Rural Electrification Corporation Ltd (A Govt.

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

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.(SBIIMS), (WHOLLY OWNED SUBSIDIARY OF SBI) GUWAHATI CIRCLE OFFICE

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.(SBIIMS), (WHOLLY OWNED SUBSIDIARY OF SBI) GUWAHATI CIRCLE OFFICE SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.(SBIIMS), (WHOLLY OWNED SUBSIDIARY OF SBI) GUWAHATI CIRCLE OFFICE Sl. No. (a) Tender ID Description GUW201901015 (b) Tender Name INTERIOR FURNITURE WORK AT SBI ATM,

More information

1 Name of Work Terrace waterproofing works in building no. B-1 to B- 4 in State Bank of India s Staff Residential Colony, Nerul, Navi Mumbai

1 Name of Work Terrace waterproofing works in building no. B-1 to B- 4 in State Bank of India s Staff Residential Colony, Nerul, Navi Mumbai STATE BANK OF INDIA, ESTATE DEPT., GITC, CBD BELAPUR Notice Inviting Tender Project- Terrace waterproofing works in building no. B-1 to B-4 in State Bank of India s Staff Residential Colony, Nerul, Navi

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

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

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

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE OFFICE OF THE COMMISSIONER OF CUSTOMS (GENERAL) JAWAHARLAL NEHRU CUSTOM HOUSE, NHAVA SHEVA TAL-URAN, DISTT. RAIGAD, MAHARASHTRA-400707, TEL: 022-27241816 F. No. S/43-363/2015-16 MTO JNCH Date: 04.07.2017

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

BANK OF INDIA NEW DELHI ZONE

BANK OF INDIA NEW DELHI ZONE BANK OF INDIA NEW DELHI ZONE TENDER FOR AIR-CONDITIONING WORKS FOR BANK OF INDIA AT GROUND FLOOR, STAR HOUSE, H-2, CONNAUGHT CIRCUS, NEW DELHI ISSUED TO:................ CLIENT: ARCHITECT: Zonal Manager

More information

Request for Proposal. For. Review of ALM Policy and formulation of Stress Test Policy & framework

Request for Proposal. For. Review of ALM Policy and formulation of Stress Test Policy & framework RFP No. NHB/RMD/ALM/0001/2016 Request for Proposal For Review of ALM Policy and formulation of Stress Test Policy & framework Risk Management Department Head Office, Core 5-A, 4 th Floor, India Habitat

More information

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

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

More information

BASTAR VISHWAVIDYALAYA

BASTAR VISHWAVIDYALAYA BASTAR VISHWAVIDYALAYA JAGDALPUR (Dharampura) Distt. BASTAR (C.G.) 494001 Phone-07782-229037 E-Mail-registrar@bvvjdp.ac.in EXPRESSION OF INTEREST (EOI) For DGPS Survey ISSUED TO:- ------------------------------------------------------------------------------------------------------------------------------

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

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

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

More information

TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333).

TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333). TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333). TENDER No.: TACTV/11/Car/2015 dt.11.01.2016. Tamil Nadu Arasu Cable TV Corporation Ltd.,

More information

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

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

More information

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

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

More information

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

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

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No. BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Phone No.-033-24506824/816 NOTICE INVITING TENDER TENDER DOCUMENTS FOR SUPPLY OF STEEL WIRE ROPE SLINGS AND NON-ROTATING STEEL CORE WIRE HOIST/DERRICK

More information

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

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

More information

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

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

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat-785001 F. No. IG/JHT.RC/ESTT-49/H.VEH/13-14/156 Dated 8 th May 2015 To, M/s Sub: Hiring of Taxi for

More information

NIT No: Civil/IMSc/11/2015

NIT No: Civil/IMSc/11/2015 THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER Sealed tenders are invited on behalf of the Director of

More information

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

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

More information

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

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

Tender No. AAI/CC/205/88/ / Date:

Tender No. AAI/CC/205/88/ / Date: Airports Authority of India General Manager (Corporate Communications) Room No.251, 2 nd Floor, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi-110003. Tender No. AAI/CC/205/88/2017-18/ Date: 13.07.2018

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

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

More information

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

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :... CENTRAL UNIVERSITY OF KASHMIR Transit Campus: Sonwar, Near GB Pant Hospital, Srinagar 190 004 (J&K) Phone: 0194-2468354, 2468357, Website www.cukashmir.ac.in Tender No.: CUKmr/Est/ORS/NG/F.No.317/14/02

More information

THE HANDICRAFTS AND HANDLOOMS EXPORTS CORPORATION OF INDIA LIMITED., CHENNAI

THE HANDICRAFTS AND HANDLOOMS EXPORTS CORPORATION OF INDIA LIMITED., CHENNAI Tender Document Fee Rs.500/- THE HANDICRAFTS AND HANDLOOMS EXPORTS CORPORATION OF INDIA LIMITED., CHENNAI TENDER DOCUMENT FOR Supply of Sewing Machines TO HHEC, CHENNAI FORM NO: Tender No: 01 / Sewing

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA Annexure I K/W-1 GOVERNMENT OF KARNATAKA -------------------------------------------------- (Name of Organization) ------------------------------------------------ ----------------------------------------------

More information

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018 ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018 1. Allahabad Bank, CBS Office, CIDCO Banking Complex II (5 th & 6 th Floor,

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

Gujarat Electricity Regulatory Commission

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

More information

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

TENDER FOR. Rate contract for Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 25th July, 2018

TENDER FOR. Rate contract for Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 25th July, 2018 TENDER FOR Rate contract for Supply and Installation of Furnitures at BIT MESRA, Ranchi Tender No.: RC/Fur Tender date: 25th July, 2018 Last Date of submission: 23 rd Aug, 2018 Birla Institute of Technology,

More information

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

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

More information

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION.

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION. TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION. ARCHITECTS S. NANDEDKAR & ASSOCIATES 103, UTKARSHA UMANG AJNI SQUARE, NAGPUR-15 TEL: - 2252945, CELL: - 9823294893, 9823040281

More information