(A Statutory Organisation under Government of West Bengal) TRANSPORT DEPARTMENT MUNSHI PREMCHAND SARANI (ST. GEORGE S GATE ROAD) KOLKATA

Size: px
Start display at page:

Download "(A Statutory Organisation under Government of West Bengal) TRANSPORT DEPARTMENT MUNSHI PREMCHAND SARANI (ST. GEORGE S GATE ROAD) KOLKATA"

Transcription

1 COLLECTION OF TOLL AT VIDYASAGAR SETU, KOLKATA INCLUDING HANDLING, OPERATION, MAINTENANCE, RENEWING AND RENOVATION, UPGRADING OF EXISTING ELECTRONICALLY OPERATED TOLL COLLECTION SYSTEM AS PER REQUIREMENT TENDER DOCUMENTS HOOGHLY RIVER BRIDGE COMMISSIONERS (A Statutory Organisation under Government of West Bengal) TRANSPORT DEPARTMENT MUNSHI PREMCHAND SARANI (ST. GEORGE S GATE ROAD) KOLKATA MAY 2012

2 COLLECTION OF TOLL AT VIDYASAGAR SETU, KOLKATA INCLUDING HANDLING, OPERATION, MAINTENANCE, RENEWING AND RENOVATION, UPGRADING OF EXISTING ELECTRONICALLY OPERATED TOLL COLLECTION SYSTEM AS PER REQUIREMENT TENDER DOCUMENTS HOOGHLY RIVER BRIDGE COMMISSIONERS (A Statutory Organisation under Government of West Bengal) TRANSPORT DEPARTMENT MUNSHI PREMCHAND SARANI (ST. GEORGE S GATE ROAD) KOLKATA MAY 2012

3 HOOGHLY RIVER BRIDGE COMMISSIONERS (A Statutory Organisation under Government of West Bengal) TRANSPORT DEPARTMENT GOVERNMENT OF WEST BENGAL TENDER DOCUMENTS FOR COLLECTION OF TOLL AT VIDYASAGAR SETU, KOLKATA INCLUDING HANDLING, OPERATION, MAINTENANCE, RENEWING AND RENOVATION, UPGRADING OF EXISTING ELECTRONICALLY OPERATED TOLL COLLECTION SYSTEM AS PER REQUIREMENT CONTENTS Volume I Volume II Section 1 Invitation for Offers NIP & Corrigenda Section 2 Instructions to Offerers Section 3 Section 3A Information to Offerer Section 3B Form of Offer Section 3C Form of Agreement Section 3D Form of Letter of Acceptance (LOA) Section 3E Form of Bank Guarantee for depositing Earnest Money Section 3F Form of BG for Balance Four Years Section 3G Notification for Present Toll Rates Section 3H Traffic Data in the year 2002 Section 3I Traffic Data in the year 2008 Terms and Conditions of Contract Volume III Contract Drawings Volume IV Technical Proposal (To be furnished by the Offerer)

4 COLLECTION OF TOLL AT VIDYASAGAR SETU, KOLKATA INCLUDING HANDLING, OPERATION, MAINTENANCE, RENEWING AND RENOVATION, UPGRADING OF EXISTING ELECTRONICALLY OPERATED TOLL COLLECTION SYSTEM AS PER REQUIREMENT Volume I HOOGHLY RIVER BRIDGE COMMISSIONERS (A Statutory Organisation under Government of West Bengal) TRANSPORT DEPARTMENT MUNSHI PREMCHAND SARANI (ST. GEORGE S GATE ROAD) KOLKATA MAY 2012

5 Vol. I - SECTION 1 Invitation for Offers NIP with Corrigenda

6 Vol. I Section - 1 LETTER OF INVITATION FOR OFFERS From : Sri Sanatan Saha Director (Pl. & Dn.) To : No. HRBC/10T-96/2010/ Date: Sub : Collection of toll at Vidyasagar Setu, Kolkata including handling, operation, maintenance, renewing and renovation, upgrading of existing electronically operated Toll Collection system as per requirement. Ref : NIP NO. HRBC/PL. & DN./01 of Dated Dear Sirs, 1. This is to inform you that you are pre-qualified for submitting offer for the above work. 2. You are now invited along with other pre-qualified offerers to submit sealed offers for the work. 3. The tender document can be downloaded from the website of HRBC i.e. from onwards. The offerer shall have to pay Rs.20,000/- (Rupees twenty thousand only) in the form of Bank Draft issued by any Nationalized or Scheduled Bank in India in favour of Hooghly River Bridge Commissioners payable at Kolkata as the cost of tender document which shall be enclosed with the offer at the time of submission of tender document. 4. All offers must be accompanied by the earnest money in the form and amounts specified in the tender documents. The offers must be submitted in the tender box kept in the chamber of the Director (Pl. & Dn.), HRBC at Munshi Prem Chand Sarani, Kolkata at/or before hours on

7 Vol. I Section The offers shall be in 2 envelope format detailed in the Instruction to Offerers. The offers will be opened in two stages. Initially submission of technical proposal shall be evaluated and subsequently only those offers which are considered responsive and technically qualified shall be subjected to financial evaluation. 6. Please confirm receipt of this letter immediately in writing by courier and/or by fax or . If you do not intend to offer, we would appreciate being so notified also in writing and/or by fax or at your earliest opportunity. Yours truly, Director (Pl. & Dn.), HRBC No. HRBC/10T-96/2010/ /1(3) Date: Copy forwarded to: 1) Vice-Chairman, HRBC 2) Chief Project Manager, HRBC 3) FA & CAO, HRBC Director (Pl. & Dn.), HRBC

8 Vol. I Section - 1 NOTICE INVITING PREQUALIFICATION FOR TENDER OF TOLL COLLECTION N.I.P. NO. HRBC/PL. & DN./01 of Dated: Hooghly River Bridge Commissioners under Transport Department, Govt. of West Bengal invites applications from individual Company registered under Company Act or from Joint Venture/Consortium intending to prequalify contractors for the following work. 2. Name of the work: Collection of toll at Vidyasagar Setu, Kolkata including handling, operation, maintenance, renewing and renovation, upgrading of existing electronically operated Toll Collection system as per requirement. 3. Period of Contract: 5 (five) years. 4. Existing Toll Collection system and location: The Toll Plaza having electronically Toll Collection system is situated in Vidyasagar Setu (2 nd Hooghly Bridge) on National Highway 117. The Toll Plaza has 9 up lanes and 9 down lanes, all electronically operated by Toll bars with computerized network. The existing electronic Toll Collection system is in operation for more than 6 years and will be continued. The new contract will have provision to utilize the existing Toll Collection system after necessary renewing, up-gradation etc. by the new entrant at his cost. 5. Scope of work: The work consist of handling, operation, maintenance, renewal & renovation, upgrading of existing electronically operated Toll Collection system which will be handed over to the new agency in working condition with Toll Gates, Toll Counter integrated with computer network system and collection of toll from notified vehicles crossing the toll plazas at Vidyasagar Setu as an agent of HRBC at rates prescribed for each category of vehicles, making payments of consideration money to HRBC as per contract providing all necessary manpower using existing electronics and other equipments already installed in Toll Plaza, providing additional equipments as per requirement, security arrangements for smooth operation of collection and handing over the entire property to the authorized agency of HRBC in working condition on completion of the contract period. 6. Eligibility of the Agency: A. Technical Criteria: i) The offerer shall have experience of similar type of works. ii) No minor or one who has been adjudged insolvent or who or whose dors or partners or any one of them, have/has been convicted of an offence involving moral turpitude or who has been black listed by the Central or State Government or Hooghly River Bridge Commissioners will be eligible to submit any offer and if any such offer is submitted the same shall be invalid. Contd P/2

9 Vol. I Section - 1 (2) iii) To be eligible for award of the contract the offerer shall provide satisfactory evidence to the HRBC/Commissioners of his eligibility and adequacy of resources to carry out the work of installation and of toll collection effectively for the entire contract period. For the purpose of this, the offer submitted shall include the following information: Experience of operation: (a) (b) (c) (d) The bidder must have minimum 4 (four) years experience of operating either a Toll Bridge or a Toll Road. The bidder must have experience of operation of a Toll bridge or Toll road having at least 14 (fourteen) lanes preferably with provision of at least 2 (two) reversible lanes with fully electronically operated Toll Collection system at single location in India, involving collection of toll fees from vehicles only. The offerer shall have experience of handling minimum 50,000 vehicles per day in any single Toll Bridge/Toll Road in India. The amount of average annual toll collection made should be at least Rs. 40 crore for the last 3 (three) years in all locations in India ending on 31 st March, The supporting document is to be submitted duly certified by Chartered Accountant. B. Financial Criteria: i) Details of the current business along with necessary certificates of registration with competent authorities, banker s name and details of financial arrangements that will be made for this work. ii) A copy of latest Income Tax clearance certificate thereof duly attested by a gazette officer. iii) Certificate from the banker indicating the financial capability of the offerer, Bank s willingness to finance the offerer etc., (The Bank shall be Nationalized Bank, Bank promoted by All India Financial Institutions or State Bank of India). iv) Audited Balance Sheets along with Profit & Loss account certified by Chartered Accountant for the last three financial years in case of companies. In other cases tax audit report along with Balance Sheet and Profit & Loss account, duly certified by Chartered Accountant in terms of section 44B I.T. Act. Net worth of the enterprises in last three years certified by the Auditor shall be given separately. v) An affidavit of Rs.150/- Court Fees stamps stating that the offerer. (a) Has not been declared bankrupt by any institution or Government. (b) Has not been black listed by the Government or any other organization for failure to pay any dues or for any other reason. (c) Has not been adjudged by any court as Insolvent or was/were not convicted under any Law for an offence involving moral turpitude or any criminal activities. Contd P/3

10 Vol. I Section - 1 (3) vi) vii) viii) Turn over: The bidder must have average annual turnover of Rs.100 crore or above during the last 3 (three) years ending on 31 st March, Net worth: The Company should have a net worth of at least Rs. 60 crore as on 31 st March, Profit: The bidder (in case of JV or Consortium each partner) must have made profit for at least 3 (three) years during the last 5 (five) years ending on 31 st March All documents in support of financial criteria are to be submitted duly certified by Chartered Accountant. C. Joint Venture/Consortium: i) Offer submitted by joint ventures or consortium of two or more offerers shall comply with the following requirements. ii) The joint venture agreement, should confirm in clear and definite manner, the proposed financial and administrative arrangement for the management and execution and work of toll collection. The delineation of duties/ responsibilities and scope of work to be undertaken by each party and the authorized representative of the Joint Venture. One of the firms will act as lead partner representating the Joint Venture/Consortium and the duties/responsibilities and power of attorney, details of experience and performance of each of the parties to the Joint Venture/Consortium on works of similar nature within the past three years should be indicated. iii) If the offerer has purchased the offer documents in own name and subsequently form a Joint Venture/Consortium with one or two additional companies, the offer documents can be used for submission of offer in the name of Joint Venture/Consortium, provided the offerer purchasing offer document is the lead firm. Otherwise, a separate set of documents is to be purchased in the joint ventures name or lead firms name. iv) Lead partner of Joint Venture or Consortium shall qualify all technical criteria at its own capacity and minimum 50% of financial criteria. v) Lead partner shall have at least 51% share of holding in the company. vi) For indicating a lead partner legal and valid agreements among the partners of Joint Venture/Consortium will be made. The Joint Venture Agreement will be binding on all the partners jointly and separately. D. General: Agencies are requested to submit self attested copies of (i) PAN Card, (ii) VAT registration certificate, (iii) Service Tax registration certificate and furnish Telephone No., Mobile No., Fax No. and Postal (detail address of communication) & address of the agency. Contd P/4

11 Vol. I Section Other Dominant Conditions: (4) i) Mode of payment of upfront fee: Upfront fee to be paid annually in advance. ii) Bank Guarantee: To deposit Bank Guarantee for payment in respect of balance 4 (four) years along with the payment of upfront fee for the first year. iii) Reserve price of annual upfront Fees as approved by State Govt.: Rs crore (Rupees forty five crore only) per year. 8. Self attested authentic documents signed by the authorized representative of the company should be submitted in support of all particulars. Original documents may be verified by HRBC at any time as per necessity. 9. Submission of prequalification documents will not be entertained by post, courier services or by service. The submitted documents will be treated as confidential and will not be returned. 10. HRBC reserves the right to reject any or all prequalification applications or prequalification process/list at any stage without assigning any reason to the applicant. 11. Only Firms/Joint Ventures/Consortiums prequalified under this procedure will be invited by HRBC to bid for the contract package. 12. Applicants will be intimated in due course of the results of their applications. 13. Last date of receipt of application for prequalification along with company profile, documents in support of all particulars as mentioned in Sl. No. 6A to 6D is on within hrs at the office of the Director (Pl. & Dn.), HRBC. 14. Please note that corrigendum/addendum to NIP conditions, if any, shall be indicated only in HRBC website. It is advised that, you may regularly visit HRBC website: Director (Pl. & Dn.) HRBC

12 Vol. I Section - 2 Instructions to Offerers Vol. I Section 2 Instructions to Offerers 1

13 Vol. I Section - 2 Instructions to Offerers A. General Vol. I Section 2. Instructions to Offerers Table of Clauses 1. Background 2. Description of Work 3. Eligibility and Qualification of Offerers 4. Cost of Offerer 5. Site Visit B. Offer Documents 6. Contents of Offer Document 7. Deleted 8. Amendments to Offer Document C. Preparation of Offer 9. Language of Offer 10. Documents Comprising the Offer 11. Offer Prices 12. Validity 13. Earnest money 14. Format and Signing of Offer 15 Deleted D. Submission of Offer 16. The Offer Submission 17. Place of Submission 18. Date and Time of Submission of Offer 19. Late Offers 20. Modification and Withdrawal E. Offer Opening and Evaluation 21. Offer Opening 22. Process to be Confidential 23. Clarification of Offer 24. Deleted 25. Offer Liable for Rejection 26. Correction of Errors 27. Evaluation and Comparison of Offers F. Award of Contract 28. Award Criteria 29. Employer s Right to Accept any Offer and to Reject any or all Offers 30. Notification of Award 31. Issue of (LOA) Letter of Acceptance 2

14 Vol. I Section - 2 Instructions to Offerers Vol. I Section 2. Instructions to Offerers A. GENERAL 1.0 BACKGROUND: The Toll Plaza having electronically Toll Collection system is situated in Vidyasagar Setu (2nd Hooghly Bridge) on National Highway 117 near Kolkata. The Toll Plaza has 9 up lanes and 9 down lanes, all electronically operated by Toll bars with computerized network. 2.0 DESCRIPTION OF WORK: The work consist of handling, operation, maintenance, renewal & renovation, upgrading of existing electronically operated Toll Collection system which will be handed over to the new agency in working condition with Toll Gates, Toll Counter integrated with computer network system and collection of toll from notified vehicles crossing the toll plazas at Vidyasagar Setu as an agent of HRBC at rates prescribed for each category of vehicles, making payments of consideration money to HRBC as per contract providing all necessary manpower using existing electronics and other equipments already installed in Toll Plaza, providing additional equipments as per requirement, security arrangements for smooth operation of collection and handing over the entire property to the authorized agency of HRBC in working condition on completion of the contract period. 3.0 ELIGIBILITY AND QUALIFICATION OF OFFERERS : 3.1 The offer is open to all pre-qualified prospective offerers after scrutiny of documents submitted by applicants in response to Notice Inviting Prequalification. 3.2 To be qualified for award of Contract, offerers shall submit a written power of attorney authorizing the signatory of the offer to commit on behalf of the offerer. 4.0 COST OF OFFERER: The offerer shall bear all cost associated with the preparation and submission of his offer and the Employer will in no case shall be responsible or liable for these cost regardless of the conduct or outcome of bidding. 5.0 SITE VISIT: The offerer should visit and examine the site of toll collection and its surrounding and satisfy himself, at own cost and responsibility about all information such as traffic data, availability of electricity, water, labour, manpower and other relevant information, that may be necessary for preparation of the offer. A base traffic data as counted by the office of the Chief Traffic & Transportation Engineer, Transport Department, Government of West Bengal in February, 2010 is given below. These traffic data shall be considered as only indicative. 3

15 Vol. I Section - 2 Instructions to Offerers Base Traffic Data (Average Daily Traffic in numbers in February, 2010) Sl. No. Category of Vehicles Nos. 1. HCV (Heavy Goods Truck with trailer) Bus HT (Lorry, Tractor without trailer) Minibus LT (Matador, Tempo Truck, Pick-up Van etc.) Private Car (Motor Car, Taxi, Jeep, Tempo, Auto-rickshaw etc.) Two Wheeler (Scooter, Motor Cycle etc.) Total = The offerer should make his own assessment of traffic and submit the offer as per his own judgment. Note: Heavy Goods Multi Axle trucks without trailer will not be considered as HCV for the purpose of collecting toll rates. Tractor with trailer will be considered as HCV category. Agricultural tractor trailers are also tollable. B. OFFER DOCUMENT 6.0 CONTENTS OF OFFER DOCUMENT: The tender documents shall comprise of Part-1 (Technical Proposal) and Part-2 (Financial Proposal) which are to be submitted in separate envelopes. Earnest money to be submitted will be a part of technical proposal which is also to be submitted in separate sealed cover. 6.1 The offerer is expected to examine carefully all instructions, conditions and terms of the offer. Failure to comply with the requirements of the offer documents will be at the offerer s risk. Pursuant to Clause 25, the offers which are not substantially responsive to the requirements of offer documents shall be rejected. 7.0 DELETED 8.0 AMENDMENTS TO OFFER DOCUMENT: At any time prior to the deadline for submission of offers, the Employer may, for any reason, whether at his own initiative or in response to a clarification or query raised by a prospective tenderer, modify the tender documents by issuing addenda. 4

16 Vol. I Section - 2 Instructions to Offerers The said amendment in the form of an addendum will be indicated only in HRBC website i.e. on or prior to last date mentioned in Clause In order to afford prospective tenderers reasonable time for preparing their tenders after taking into account such amendments, the Employer may, at his discretion, extend the deadline for the submission of tenders in accordance with Clause C. PREPARATION OF OFFER 9.0 LANGUAGE OF OFFER: The language of offer shall be English DOCUMENTS COMPRISING THE OFFER: 10.1 The offer submitted by the offerer shall comprise the documents furnished under Sub- Clause The documents listed under Sub-Clause 16.8 of Section 2 shall be filledin without exception as necessary, subject to extensions thereof in the same format All the Documents comprising the offer shall be signed on every page and submitted to the Tender Inviting Authority by the date specified in Clause OFFER PRICES: The offerer shall quote his offer, in the form of offer, as a lumpsum highest bid price for the entire contract period to Hooghly River Bridge Commissioners in Volume I, Section 3B The offer price quoted by the offerer shall include all the costs towards Collection of Toll at Vidyasagar Setu including handling, operation, maintenance, renewing and renovation, upgrading of existing electronically operated Toll Collection system as per requirement with reference to tender documents, required for the work of toll as defined in clause 2.0 above. The offerer shall provide for all superintendence, labour, material, plant, equipment, environmental measures and all other things required for work of toll collection including all taxes, duties, royalties, octroi and other charges payable under the law. Service Tax, if applicable, as also Tax Collection at Source (TCS) will be payable by the contractor Offer shall be quoted in words as well as in figures VALIDITY: Validity of the offer shall be 120 days from the date fixed for receipt of the offer EARNEST MONEY: 13.1 The offerer shall furnish as a part of his offer, Earnest Money as of Rs.90 lakhs stated in Information to Offerers in Volume I, Section- 3A of the tender document. 5

17 Vol. I Section - 2 Instructions to Offerers 13.2 The Earnest Money to be furnished shall be in the form of Bank Guarantee in favour of Hooghly River Bridge Commissioners from a Nationalized Bank or Scheduled Bank in India to be acceptable to the Employer. The format of the Bank Guarantee shall be in accordance with the form of earnest money included in Volume - I, Section-3E of the Tender Document. Other formats may be permitted, subject to the prior approval of the Employer Any offer not accompanied by the Earnest Money shall be summarily rejected. The earnest money of a joint venture must be in the name of the joint venture submitting the offer In the event of his offer being accepted, subject to provisions of the sub clause below, the earnest money shall be refunded to the contractor within one month of depositing the first upfront payment along with BG of bid price for balance four years valid for 63 months (provided there is no claim of the HRBC against the Contractor) after a specific written request is received from the contractor In the event of offer being not accepted, the amount of the earnest money deposited by the offerer shall be refunded to him as promptly as possible after signing of contract agreement with the selected agency. The earnest money of all unsuccessful offerers will be refunded without any interest and on specific written request from the offerers If after submission of the offer, the offerer withdraws his offer or modifies the same or if after acceptance of his offer fails to furnish the first upfront payment along with BG for balance four years within the stipulated time, without prejudice to any rights and powers of the Employer hereunder or in law, the Employer shall be entitled to forfeit the full amount of earnest money deposited by the offerer FORMAT AND SIGNING OF OFFER 14.1 The offerer shall prepare the Offer documents comprising the offer as described in Clause 10.0 of these Instructions to Offerers, bound with the volume containing the Form of Offer The offer shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the bidder, pursuant to Sub-clauses 3.5. All pages of the tender document shall be initiated by the person or persons signing the offer The offer shall contain no alterations, omissions or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the offerer, in which case such corrections shall be initialed by the person or persons signing the offer Deleted 6

18 Vol. I Section - 2 Instructions to Offerers 16.0 THE OFFER SUBMISSION D. SUBMISSION OF OFFER 16.1 For submission, evaluation and selection of the Agency a Single Stage process will be adopted. The proposal should be submitted in two parts in two separate sealed envelopes. These two sealed envelops shall be put together in one single outer sealed envelope. The two parts of the proposal are 1) Part-1 : Technical proposal 2) Part-2 : Financial proposal 16.2 The bidder shall seal and mark each of the two envelopes i.e., Envelope-1: Part 1 of the proposal - Technical proposal, Envelope-2: Part 2 of the proposal - Financial proposal. These two sealed and marked envelopes along with the separate sealed envelope containing earnest money shall be put together in one single outer envelope which also shall be sealed. The earnest money will be a part of technical proposal The sealed envelope shall (a) (b) be addressed to: Director (Pl. & Dn.) Hooghly River Bridge Commissioners, HRBC Bhawan, 3 rd Floor, Munshi Prem Chand Sarani (St. George s Gate Road), Kolkata bear the following identification: i) Name of Work, viz ; Collection of toll at Vidyasagar Setu, Kolkata including handling, operation, maintenance, renewing and renovation, upgrading of existing electronically operated Toll Collection system as per requirement on the left hand top corner. ii) Name and Address of the offerer along with Telephone no, Mobile no, Fax no and address and the name of authorized agent delivering the sealed cover containing the offer, on the bottom left hand corner If the envelope is not properly sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of offer and all consequences shall rest on the offerer including rejection of the offer Submission of Tender Documents will not be entertained by post or courier services. The submitted documents will be treated as confidential and will not be returned. 7

19 Vol. I Section - 2 Instructions to Offerers Envelope The person or persons signing the offer shall state in what capacity, he is or they are signing the offer, viz., as a sole proprietor of firm or as a Secretary/Manager/Director etc. of a limited company. In the case of partnership firm, the name of all the partners should be disclosed and the offer shall be signed by all the partners or in the event of absence of any partner, it will be signed on his behalf by a person holding a power of attorney authorizing him to do so and an attested copy of the Partnership Deed/Power of Attorney shall be furnished along with offer. In case of a limited company, the names of all the Directors should be mentioned and offer shall be accompanied by a certificate certifying that the person signing the offer of empowered by a resolution of the Board of Director to do so on behalf of the company and certified copy of resolution along with a copy of Memorandum and Articles of Association of the Company shall be furnished for the joint ventures also The offerer shall quote his offer at the appropriate place in Volume I: Section 3B in the Form of Offer. He shall not quote his offer anywhere directly or indirectly in envelope no Contents of envelops are detailed hereunder: Separate sealed envelope containing earnest money & cost of tender document Envelope-2 Part-1 Proposal Part-1 Proposal Part-2 Proposal Note: Both Envelope-1 and Envelope-2 along with the separate sealed envelope containing earnest money shall be put together in one single outer envelope. Volume- IV Volume - I Volume - II Volume - III 8 TECHNICAL PROPOSAL Technical Proposal (to be furnished by Offerer in hard copy as well as in soft copy). Other documents as per sub clause hereafter. i) Bank Guarantee for Earnest money. ii) Bank Draft for cost of tender document. FINANCIAL PROPOSAL Section 1 Invitation for Offers NIP & Corrigenda Section 2 Instructions to Offerers Section 3 Section 3A Information to Offerer Section 3B Form of Offer Section 3C Form of Agreement Section 3D Form of Letter of Acceptance (LOA) Section 3E Form of Bank Guarantee for depositing Earnest Money Section 3F Form of BG for Balance Four Years Section 3G Notification for Present Toll Rates Section 3H Traffic Data in the year Section 3I Traffic Data in the year Terms and Conditions of Contract Contract Drawings

20 Vol. I Section - 2 Instructions to Offerers 16.9 CONTENTS OF PROPOSALS Part 1: Technical Proposal (Volume IV) Inventory of equipments installed for operation and management of Electronic Toll Collection System at Vidyasagar Setu Toll Plaza are listed below : Plaza TABLE 1 INVENTORY STATUS REPORT FOR PLAZA OR SERVER ROOM (AS ON 08/01/2011) Server with Keyboard, Mouse & Monitor Reporting Computer UPS Laser Printer Ethernet Switch Plaza Total Nos TABLE 2 INVENTORY STATUS REPORT FOR POINT OF SALES OF SMART CARD (AS ON 08/01/2011) POS Computer with Keyboard, Mouse & Monitor Receipt Printer UPS Smart Card Reader POS Total Nos Note: 1. Networking status is ok for all the Lanes 2. Toll Management Software running status is OK 3. Servers & Point of Sale computer are IBM Make and purchased between Dec 2005 to Feb 2006 Expected life of the system is 10 years from the time of purchase. 4. Installation date of the system is between 01/03/2006 to 31/03/2006 9

21 COLLECTION OF TOLL AT VIDYASAGAR SETU Vol. I Section - 2 Instructions to Offerers Lane Lane Description Lane Computer with Monitor, Keyboard & Mouse Change over Switch TABLE 3 INVENTORY STATUS REPORT FOR 28 LANES (AS ON 08/01/2011) Lane interface Unit Treadle Dynax Magnetic Loop OHLS Traffic Light Fare Display Barrier Gate Post Audit Web Camera Smart Card Reader Receipt Printer ETC Stabilizer UPS Isolation Transformer Howrah to Kolkata N1 Normal & Reversible N2 Normal & Reversible N3 Normal & Reversible N N5-A Bike Lane N5-B Bike Lane N N N8 ETC & VIP Lane N Kolkata to Howrah S1 Normal & Reversible S2 Normal & Reversible S3 Normal & Reversible S S5-A Bike Lane S5-B Bike Lane S S S8 ETC & Normal S9 VIP Lane ISO BAR Total Nos This arrangement of vehicular movement has been made as per the instruction of the concerned authority of HRBC & Police. Note: 1. All Lane Computer are IBM Make and purchased between Dec 2005 to Feb LIU, OHLS, Traffic Light, Smart Card Reader, Fare Display, ISOBAR and Barrier Gate supplied by IRD South Asia Pvt. Ltd. 3. Expected life of the system 10 years from the time of purchase. 4. Installation date of the system is between 01/03/2006 to 31/03/

22 Vol. I Section - 2 Instructions to Offerers TABLE 4 INVENTORY STATUS REPORT FOR CCTV (AS ON 08/01/2011) Lane Day/Night Camera Dome Camera for DVR 16 Channel Front Side Driver Face With LCD TV N1 1 1 N2 1 1 N3 1 1 N4 1 1 N5 1 1 N6 1 1 N7 1 1 N8 1 1 N9 1 1 S1 1 1 S2 1 1 S3 1 1 S4 1 1 S5 1 1 S6 1 1 S7 1 1 S8 1 1 S9 1 1 Control Room 2 Total Nos Note: 1. CCTV installed between 01/06/2008 to 15/06/ All Camera make Samsung 3. Manufacturer s name of the DVR is Dahua, China In the Technical Proposal, the Contractor shall state his plan on the following issues: 1) Taking over the entire property of toll plaza including existing electronic and other installed equipments as per above list from the present toll collecting agency. 2) After taking over the existing system in running status, additional equipments for renovation or up-gradation may be provided by the selected agency at his own cost, subsequently for smooth and efficient operation of Toll Plaza as per need. While submitting technical proposal, the offers may submit only conceptual plan for renovation and up-gradation with additional equipments etc. 3) Upkeep and maintenance of toll plaza building, toll lanes, signages, lane marking, glow signs, lighting of the area and toll plaza building, maintenance of the road area about 200 mtr. on either side of toll plaza, water supply, sanitation and any other allied works. The road area shall include median, footpath, adjoining parapet wall, railing, drainage, gully pits etc. and also pavement of the carriageway. 11

23 Vol. I Section - 2 Instructions to Offerers 4) Management of administrative office and toll collector s office and operation of electronic toll collection system engaging technical, administrative and field level personnel round the clock. 5) Traffic management without causing any disruption, congestion and waiting of traffic. 6) Security arrangement in and around the toll plaza. 7) Disaster management in case of accidents, fire, local conditions etc. 8) Provision of Trauma ambulance and Break-down Van (Wrecker) of approved capacity for 24 hours x 365 days. 9) Dealing with the passengers, drivers and other users etc. and maintaining contacts with HRBC office, local Police Stations and as well as local administration. 10) Arrangement of stand-by generator of adequate capacity for uninterrupted supply of electrical power Part 2: Financial Proposal (a) The financial proposal shall contain:- (i) (ii) The financial offer which is to be quoted in Form of Offer (Vol I: Sec 3B) of the tender document. The bound book of Tender Document containing Vol. - I, Vol. II and Vol. - III issued by HRBC and duly signed by the authorized signatory of the offerer in all pages conforming to provision of tender conditions PLACE OF SUBMISSION: The offer shall be submitted at the address as stated in Information to Offerers in Volume I : Section 3A of the Tender document. No offer will be accepted if submitted in any other office or receiving section of HRBC DATE AND TIME OF SUBMISSION OF OFFER: The offer shall be submitted by the offerer at the date and time and at the address as stated in Information to Offerers in Volume I : Section 3A of the Tender document. The Director (Pl & Dn), HRBC may at its discretion, extend the deadline for submission of offer by issuing an addendum in accordance with clause 8.0 in which case, all rights and obligations of the Employer and offerers previously subjected to the original dead line shall be subjected to the new dead line. 12

24 Vol. I Section - 2 Instructions to Offerers 19.0 LATE OFFERS: Tender documents delivered after the dead line for submission is over shall either not be received or if inadvertently received shall not be opened and shall be returned unopened to the offerer. The time in the clock of the Director (Pl. & Dn.), HRBC s chamber receiving the tender document shall be considered as standard time MODIFICATION AND WITHDRAWAL: If after submission of the offer the offerer withdraws his offer or unilaterally modifies the same during its validity, without prejudice to any other rights and power of the Employer hereunder or in law, the full amount of the Earnest Money deposited by offerer shall be forfeited. E. OFFER OPENING AND EVALUATION 21.0 OFFER OPENING: All offers shall be opened as per the procedure given in para below, in the presence of the offerers / their authorized representatives who choose to remain present at the date and time and at the address as stated in Information to Offerers in Volume I, Section- 3A of the tender document All information about number of offers received shall be announced for information to all those present The outer envelope containing envelope no. 1 & 2 as well as the sealed envelope containing earnest money and cost of tender document of all the offers received shall be opened first and envelope no.1 and 2 of all the offers shall be marked with serial numbers accordingly. Envelopes marked WITHDRAWAL, if therebe any, shall be opened and read out at first. Offers for which an acceptable notice of withdrawal has been submitted shall not be opened For each offerer, the envelope containing earnest money shall be opened first and its details will be declared to the representatives of the offerers. If the same is found in order, then the envelope no. 1 containing Technical Proposal will be opened and to be noted by the representatives of the offerers. Prima facie, if any requisite particular is found to be missing, a note to that effect shall be recorded by the authorized officer. Other documents of envelope no.1 will be evaluated by HRBC/Commissioners subsequently Envelope no. 2 of the offerers who score qualifying marks in the technical evaluation in terms of sub-clause 27.1 of Instructions to Offerers in Volume I, Section - 2, would then be opened and evaluated. The date and time of opening of Financial Proposal in Envelope no. 2 is given in Information to Offerers, in Vol. I, Section 3A of the tender documents. 13

25 Vol. I Section - 2 Instructions to Offerers 22.0 PROCESS TO BE CONFIDENTIAL: After opening of the offers, no information relating to the examination, clarification, evaluation and comparison of offers shall be disclosed to the offerers or other persons. Any effort by an offerer to exert unfair influence in process of examination, clarification, evaluation and comparison of offers and to influence decision concerning award of contract shall result in rejection of his offer CLARIFICATION OF OFFER: To assist in examination and evaluation of offers, the Employer may ask the offerer individually for clarification of their offer including breakup of costs, reasons in case of very high/ very low offer etc. The request and the response thereof shall be in writing Deleted 25.0 OFFER LIABLE FOR REJECTION: The offer is likely to be rejected if on opening it is found that any of the following cases has been detected in the tender document : a) The offerer has not strictly followed the procedure laid down for submission of offer. b) The offerer has proposed additional conditions. c) Additions, corrections or alterations are made to the printed/stipulated matters by the offerer on any page of the offer document. d) Any page and/or paginated slips are missing. e) The offerer has not signed the offer. f) The offerer has made misleading or false representations in any of the forms, statements and attachments submitted in proof of the qualification requirements, and /or a record of poor performance such as abandoning the toll collection work, not properly completing contracts, inordinate delay in payment of installments, litigation history or financial failure, etc. g) The offerer has not submitted the addendum as stated in clause 8.0. h) The offerer has not made technical presentation CORRECTION OF ERRORS: If there is any discrepancy between the offer quoted in figures and in words, the offer in words will be treated as offer EVALUATION AND COMPARISON OF OFFERS 27.1 Before evaluation of technical proposal it will be examined that the offer is accompanied with required earnest money and any other prerequisite documentation. Tenders lacking acceptable submission of documents will be rejected without further examination. All pages of technical submission shall be signed, dated and stamped by authorized signatory of the Tenderer/Offerer. Evaluation of Technical Proposal will be based on the following items of submission which the tenderer shall provide in sufficient detail to convince the Evaluation authority about their managerial and technical resources to execute the work efficiently consisting of handling, operation, management, maintenance, renewal & renovation, upgrading of existing electronically operated Toll Collection system for the entire contract period. For the purpose of evaluation the items of submission are assigned with marks shown against each of them. The firm should score minimum 75 marks for qualifying in the next stage for opening of financial proposal subject to complying with the other requirements stipulated in the tender. 14

26 Vol. I Section - 2 Instructions to Offerers LIST OF MARKS Sl. Items No. 1. a) Taking over the entire property of toll plaza including existing electronic and other installed equipments as per above list from the present toll collecting agency. b) After taking over the existing system in running status, additional equipments for renovation or up-gradation may be provided by the selected agency at his own cost, subsequently for smooth and efficient operation of Toll Plaza as per need. While submitting technical proposal, the offers may submit only conceptual plan for renovation and up-gradation with additional equipments etc. 2. Upkeep and maintenance of toll plaza building, toll lanes, signages, lane marking, glow signs, lighting of the area and toll plaza building, maintenance of the road area about 200 mtr. on either side of toll plaza, water supply, sanitation and any other allied works. The road area shall include median, footpath, adjoining parapet wall, railing, drainage, gully pits etc. and also pavement of the carriageway. 3. Management of administrative office and toll collector s office and operation of electronic toll collection system engaging technical, administrative and field level personnel round the clock. 4. a) Traffic management without causing any disruption, congestion and waiting of traffic. b) Security arrangement in and around the toll plaza. 5. a) Disaster management in case of accidents, fire, local conditions etc. b) Provision of Trauma ambulance and Break-down Van (Wrecker) of approved capacity for 24 hours x 365 days. c) Dealing with the passengers, drivers and other users etc. and maintaining contracts with HRBC office, local Police Stations and as well as local administration. d) Arrangement of stand-by generator of adequate capacity for uninterrupted supply of electrical power. Marks Total = 100 After evaluation of technical proposal if a tenderer fails to score minimum qualifying marks, his financial proposal will not be considered and opened. The same shall be returned to the Tenderer unopened in due course For evaluation of Part 2 proposal containing Financial proposal, comparison of offers submitted by the offerers, who have qualified after evaluation of Technical proposal, shall be made. The highest offer will be accepted for final selection of the offerer after obtaining formal approval from the HRBC Board / State Government. 15

27 Vol. I Section - 2 Instructions to Offerers F. AWARD CRITERIA 28.0 AWARD CRITERIA: Subject to clause 27.0, the Employer shall award the contract to the offerer whose offer has been found to satisfy all the requirements of the tender document and who has offered the highest offer which is most beneficial to the Employer subject to the approval of the appropriate authority EMPLOYER S RIGHT TO ACCEPT ANY OFFER AND TO REJECT ANY OR ALL OFFERS: Notwithstanding clause 28.0, the Employer reserves the right to accept or reject any offer and to annual or suspend the offer process and reject all the offers, without assigning any reason, at any time prior to award of contract without being liable to pay any cost or compensation to the offerers NOTIFICATION OF AWARD: 30.1 ISSUE OF (LOI) LETTER OF INTENT: Prior to the expiration of offer validity period or any such extended validity period, the Employer shall notify the successful offerer in writing that his offer has been accepted. This letter (therein after and in conditions of contract called Letter of Intent ) shall be issued to the successful offerer to furnish the upfront payment of the first year s bid price plus Tax Collection at Source (T.C.S.) as applicable and Bank Guarantee for balance four years bid price valid for 63 months within 15 days of the date of issue of LOI SIGNING OF AGGREMENT: At the same time the Employer will send the successful offerer the Form of Agreement provided in the tender documents to fill up in the appropriate manner for submission to the Employer. Within seven days of receipt of the Form of Agreement, the successful offerer shall sign the Form and return it to the Employer ANNULMENT OF AWARD: Failure of the successful offerer to comply with the requirements of Clauses 30.1 or 30.2 shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money ISSUE OF (LOA) LETTER OF ACCEPTANCE: After fulfillment of criteria as specified in LOI and signing of the agreement, the Employer shall issue the Letter of Acceptance. The LOA shall be the authority for the contractor to take over the entire property in connection with Toll Plaza at Vidyasagar Setu as well as to collect toll collection including maintenance, upgradation etc. Period of handing over and taking over of Toll Plaza with all allied equipments and date of commencement of toll collection shall be mentioned in that LOA. Signature of Contractor 16

28 Vol. I - SECTION 3

29 Vol. I Section 3 VOL. I - SECTION 3 : SECTION 3A INFORMATION TO OFFERERS SECTION 3B FORM OF OFFER SECTION 3C FORM OF AGREEMENT SECTION 3D FORM OF LETTER OF ACCEPTANCE (LOA) SECTION 3E FORM OF BANK GUARANTEE FOR DEPOSITING EARNEST MONEY SECTION 3F FORM OF BG FOR BALANCE FOUR YEARS SECTION 3G NOTIFICATION FOR PRESENT TOLL RATES SECTION 3H TRAFFIC DATA IN THE YEAR SECTION 3I TRAFFIC DATA IN THE YEAR

30 Vol. I Section 3 Vol. I - Section 3A. INFORMATION TO OFFERERS 1) NAME OF THE WORK : Collection of toll at Vidyasagar Setu, Kolkata including handling, operation, maintenance, renewing and renovation, upgrading of existing electronically operated Toll Collection system as per requirement. 2) AUTHORIZED REPRESENTATIVE OF HRBC : Director (Pl. & Dn.) Hooghly River Bridge Commissioners, Munshi Prem Chand Sarani, Kolkata ) CONTRACT PERIOD : Collection of toll for 60 months from the date of order of commencement of toll collection. 4) RESERVE PRICE : Reserve price per year shall be Rs Crores for each year of five years period of contract. 5) BANKS ACCEPTABLE TO HRBC : Drawn on Nationalized Bank & Scheduled Bank of India. 6) DATE OF UPLOADING OF OFFER DOCUMENTS 7) DATE, TIME AND PLACE OF SUBMISSION OF OFFER 8) DATE, TIME AND PLACE OF OPENING OF TECHNICAL PROPOSAL (Envelope No. 1) AND SEPARATE SEALED ENVELOPE CONTAINING EARNEST MONEY 9) DATE, TIME AND PLACE OF OPENING OF FINANCIAL PROPOSAL (Envelope No. 2) OF THE ELIGIBLE OFFERERS : From onwards in HRBC website i.e. : On upto 2.00 p.m. at the tender box situated in the chamber of Director (Pl. & Dn.) HRBC at Munshi Prem Chand Sarani, Kolkata : On at 3.00 pm in the chamber of Director (Pl. & Dn.), at Munshi Prem Chand Sarani, Kolkata : at 3.00 P.M. in the chamber of Director (Pl. & Dn.), HRBC at Munshi Prem Chand Sarani, Kolkata ) EARNEST MONEY DEPOSIT : Rs.90,00,000/- in the form of Bank Guarantee in favour of Hooghly River Bridge Commissioners, on Banks acceptable to HRBC (Refer in Sl. 5) as in Sub Cl in Instructions to Offerers. Vol.1 Sec.2 2

31 11) MODE OF PAYMENT OF INSTALLMENT (ANNUAL) 12) INSTALLMENT DETAILS AS ACCEPTED 12) A) 12) B) 12) C) 1 ST INSTALLMENT OF THE FIRST YEAR BEING 1/5 TH OF THE TOTAL ACCEPTED BID PRICE PLUS TAX COLLECTION AT SOURCE (T.C.S.) 2 ND INSTALLMENT OF THE 2 ND YEAR BEING 1/5 TH OF THE TOTAL ACCEPTED BID PRICE PLUS T.C.S. Vol. I Section 3 : The lump sum offer along with Tax Collection at Source (T.C.S) as applicable for entire five years shall be deposited for first installment as 1/5 th of the total accepted bid price and subsequent installments at the rate of 1/5 th of the total accepted bid price to be paid for each year. Along with the payment of first installment, Bank Guarantee against payment of installments for the balance four years valid for 63 months shall be deposited. : : To be paid within 15 days from the date of issue of LOI in the form of Demand Draft in favour of Hooghly River Bridge Commissioners drawn on any Nationalized or Scheduled Bank of India payable in Kolkata. Along with the above payment, Bank Guarantee for payment in respect of balance four years shall be deposited as in SL (13) above. : To be paid at least 15 days prior to the expiry of twelve months from the date of commencement of Toll Collection, in the form of Demand Draft in favour of Hooghly River Bridge Commissioners drawn on any Nationalized or Scheduled Bank of India payable in Kolkata. RELEASE OF B.G. : BG of equivalent amount of installment payment shall be released on acceptance of the installments payments. 3 RD INSTALLMENT OF THE 3 RD YEAR BEING 1/5 TH OF THE ACCEPTED TOTAL BID PRICE PLUS T.C.S. : To be paid at least 15 days prior to the expiry of twenty four months from the date of commencement of Toll Collection, in the form of Demand Draft in favour of Hooghly River Bridge Commissioners drawn on any Nationalized or Scheduled Bank of India payable in Kolkata. RELEASE OF B.G. : BG of equivalent amount of installment payment shall be released on acceptance of the installments payments. 3

32 12) D) 4 TH INSTALLMENT OF THE 4 TH YEAR BEING 1/5 TH OF THE ACCEPTED TOTAL BID PRICE PLUS T.C.S. Vol. I Section 3 : To be paid at least 15 days prior to the expiry of thirty six months from the date of commencement of Toll Collection, in the form of Demand Draft in favour of Hooghly River Bridge Commissioners drawn on any Nationalized or Scheduled Bank of India payable in Kolkata. RELEASE OF B.G. : BG of equivalent amount of installment payment shall be released on acceptance of the installments payments. 12) E) 5 TH INSTALLMENT OF THE 5 TH YEAR BEING 1/5 TH OF THE ACCEPTED TOTAL BID PRICE PLUS T.C.S. : To be paid at least 15 days prior to the expiry of forty eight months from the date of commencement of Toll Collection, in the form of Demand Draft in favour of Hooghly River Bridge Commissioners drawn on any Nationalized or Scheduled Bank of India payable in Kolkata. RELEASE OF B.G. : BG of equivalent amount of installment payment shall be released on acceptance of the installments payments. NOTES: 1) In case of Holiday on the Date of Payment of installment, next working day shall be treated as Day of Payment. 2) The installment shall be round in Figure of Thousand. Below Rs.501/- shall be treated as next lower thousand and Rs.501/- and above shall be treated as next higher thousand. If any fraction remains to be paid or is over paid, the same shall be adjusted in the last installment. 3) The year shall mean Three Hundred Sixty Five Days / Three Hundred Sixty Six Days the First Day being the Day of Starting toll collection work by the Contractor 00 hrs. (mid-night). 4) In the Bank Guarantees for (1) Earnest Money and (2) Payment of installments for the balance four years valid for 63 months, the designation, postal address, telephone and mobile no., fax no. and ID of the designated Bank Officers shall be stated to whom the Employer will serve written demand or claim for payment. 4

HOOGHLY RIVER BRIDGE COMMISSIONERS

HOOGHLY RIVER BRIDGE COMMISSIONERS HOOGHLY RIVER BRIDGE COMMISSIONERS (A STATUTORY ORGANISATION UNDER GOVT. OF WEST BENGAL) HRBC BHAVAN ST. GEORGES GATE ROAD (MUNSHI PREM CHAND SARANI) KOLKATA-700 021 Ph. No.: 033-2253-4133; Fax No.: 033-2248-5833

More information

Procurement of Licences of Business Objects BI Platform

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

More information

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

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

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR.

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR. TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF BANK NOTE COUNTING MACHINE-CUM-AUTHENTICATOR. TRANSPORT COMMISSIONER, ORISSA 6 TH FLOOR, RAJASWA BHAWAN, CUTTACK. 1 TENDER CALL NOTICE NO- 14722 /T.C Dated-

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

(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

RESERVE BANK OF INDIA Estate Department Kolkata

RESERVE BANK OF INDIA Estate Department Kolkata RESERVE BANK OF INDIA Estate Department Kolkata Empanelment of Architectural Services i) For project works costing up to `50 lakh. ii) For project works costing above `50 lakh and up to `6 Crore. Name

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

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR Replacement of 800 AMP Air Circuit Breaker (Manual Draw-out)at

More information

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR 208001 (U.P.) TENDER NOTICE Life Insurance Corporation of India intends to invite item rate tenders in Three Envelope System (Enrolment

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

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

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

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

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bangalore 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

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

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

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

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

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17 i BIDDING DOCUMENT TENDER No. : ZICTA/ORD/05/17 TENDER FOR THE PROVISION OF AIR TRAVEL MANAGEMENT SERVICES ON CONTRACTUAL BASIS FOR A PERIOD OF 12 MONTHS TO THE ZAMBIA INFORMATION AND COMMUNICATIONS TECHNOLOGY

More information

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT

More information

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax: STATE BANK OF INDIA ATM Operations Department Local Head Office (First Floor) Bank Street, KOTI, Hyderabad 500 095 Phone : 040-23466621 Fax: 040-24762476 Tender Document No: ATM/01/2015-16 Dated: 23.09.2015

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF BARBED

More information

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS Document No : 834 /IT/2016 TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED

More information

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

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

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMAKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF ADDITIONAL

More information

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1.1 NIT No.: DMRC/GM(S&T)/NIT/2015-16/T-21, dated 18.12.2015 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open

More information

Construction & Maintenance

Construction & Maintenance Standard Bidding Document For Pradhan Mantri Gram Sadak Yojana (PMGSY) For Construction & Maintenance December, 2015 National Rural Roads Development Agency Ministry of Rural Development Government of

More information

Office of the Sutahata Panchayat Samiti

Office of the Sutahata Panchayat Samiti Office of the PP...OO...- -- SSuutttaahhaatttaa DDiiisssttt:::- -- PPuurrrbbaa MMeeddiiinniiippuurrr PPiiinn:::- --772211663355 TENDER NOTICE N.I.T. No. WBEO/SUTAHATA/7/2015-16 Memo. No.605 /Tender /2015

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

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

West Bengal State Electricity Transmission Company Limited

West Bengal State Electricity Transmission Company Limited West Bengal State Electricity Transmission Company Limited (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) 1.1 GENERAL NOTICE INVITING TENDER (NIT) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders on Local Competitive Basis (LCB) from all countries and all areas, who fulfil

More information

GANGARAMPUR MUNICIPALITY

GANGARAMPUR MUNICIPALITY OFFICE OF THE GANGARAMPUR MUNICIPALITY GANGARAMPUR : DAKSHIN DINAJPUR PH. NO : 03521 255140 E-mail ID : grp.municipality@gmail.com Memo No. 106 /MPLADS/01/18-19 Date. 11/01/2019 NOTICE INVITING e-quotation

More information

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

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

More information

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 FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES.

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES. TECHNICAL CELL, EPC SECTION, G A WING, CANARA BANK, HEAD OFFICE, 3rd Floor, Dwarakanath Bhavan, NO.29 K R Road, Basavanagudi, BANGALORE 560 004. Tel Ph: Direct: 080-26621873 / 74 NOTICE FOR EMPANELMENT

More information

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-6/15-16/BBMC-O

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-6/15-16/BBMC-O WEST BENGAL STATE EXPORT PROMOTION SOCIETY Government of West Bengal 2, Church Lane, 4 th floor, Room No.401, Kolkata -700001. Phone: 2243-0380 Tele-fax: 91-33-22439187 Website: www.wbseps.com Notice inviting

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

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15 DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15 VOLUME 1 NOTICE OF INVITATIONS TO TENDERER (NIT) 1 CONTENTS S.No. DESCRIPTION PAGE

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

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai -400033 Tender No. IMU-MPC/Vehicle Hire/2018-2019/07 Dated: 25-05-2018 TENDER NOTIFICATION Sealed

More information

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

Technical Enhancements and New Reports Development. For PM Module of SAP PM01 Technical Enhancements and New Reports Development For PM Module of SAP PM01 NOTICE OF INVITATIONS TO TENDERER (NIT) CONTENTS S.No. DESCRIPTION PAGE NO. NOTICE INVITING TENDER 1. Name of Work 3 2. Qualification

More information

West Bengal State Electricity Transmission Co. Ltd. CORPORATE HR&A DEPARTMENT

West Bengal State Electricity Transmission Co. Ltd. CORPORATE HR&A DEPARTMENT Notification No: F&L//Vehicle/01 Date:-15.05.2014 FACILITY & LOGISTICS CELL. 8 th Floor, D Block, Bidyut Bhavan. Open Tender for engagement of 4 Nos. Air Conditioned & 4 Nos. Non-Air Conditioned Car(s)

More information

EXPRESSION OF INTEREST (EOI) for

EXPRESSION OF INTEREST (EOI) for EXPRESSION OF INTEREST (EOI) for Design and Construction of 66 kv/11 kv Electrical Secondary Substation (SS - 3) and Associated facilities at Kempegowda International Airport, Bengaluru Bangalore International

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

TENDER FORM CONTRACT FOR PARKING STAND AT ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

TENDER FORM CONTRACT FOR PARKING STAND AT ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD TENDER FORM CONTRACT FOR PARKING STAND AT ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD Last Date & Time of receipt of tender: - 12/06 /2013 up to 02:00 PM Date & Time of opening of tenders: - 12/06 /2013 at

More information

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018 EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018 Expression of Interest (EoI) for selection of Technology Partner for Installation and Commissioning of Security and Surveillance System Telecommunications

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

GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE

GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE - 641 018. NOTICE INVITING TENDER FOR HIRING OF VEHICLE FOR DEPARTMENTAL

More information

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

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

More information

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

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

SRCASW/ e Tender/ Annual Rate Contract/ / 003 CONTENTS

SRCASW/ e Tender/ Annual Rate Contract/ / 003 CONTENTS SRCASW/e Tender/college/2018 19/003 E-TENDER FOR ANNUAL RATE CONTRACT FOR CHEMICALS ( Merck, SRL,Thomas baker, Molychem and Rankem/), and GLASSWARES ( Borosil ) and Plasticware (Tarson and Polylab) SRCASW/

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION

More information

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

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

More information

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 Contract NC-05: Design, Fabrication, Supply and Erection of Pre-Engineered Stell Building for Greater Noida Depot of Noida- SUMMARY SHEET (ADDENDUM NO.-3)

More information

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

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

More information

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018 Price Rs. 5000/- Number : 30060/CCTV/Secy-1 Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018 To, The Secretary,

More information

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

More 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

(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

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

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT) ANNEXURE-III (Delhi Metro Website Only) TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT) NRS1-FIC/Vol-I/NIT Page 1 From: Chief Electrical Engineer/RS-III, Delhi Metro Rail Corporation Limited,

More information

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR Post Box No. 81, Telengkhedi Road, Civil Lines, Nagpur. ************************************************************************************

More information

GOVT OF KARNATAKA. NOTICE INVITING TENDER (E Waste)

GOVT OF KARNATAKA. NOTICE INVITING TENDER (E Waste) GOVT OF KARNATAKA Tender Document Tender No: C5(3) Computer/E-waste/29/2016-17 Dated: 06-03-2017 NOTICE INVITING TENDER (E Waste) Subject: Notice Inviting Tenders (NIT) for disposal of non serviceable/condemned

More information

INVITATION OF GLOBAL/OPEN BIDS

INVITATION OF GLOBAL/OPEN BIDS DELHI METRO RAIL CORPORATION LTD. (A joint venture of Govt. of India & Govt of Delhi) Metro Bhawan, 13, Fire Brigade Lane, Barakhamba Road, NEW DELHI-110001 Tel: 91-011-23417910-12 Extn: 34683 Fax: 91-011-23418413

More information

Employees State Insurance Corporation Hospital, Manesar

Employees State Insurance Corporation Hospital, Manesar Employees State Insurance Corporation Hospital, Manesar Ministry of Labour & Employment, Govt. of India Plot No.41, Sector-03, IMT, Manesar, Gurgaon(Haryana)-122050 Phone/Fax No.- 0124-2290189, Email:

More information

Short Notice Inviting Tender for Supply, Installation, Commissioning and Maintenance of CCTV Systems with Central Monitoring System

Short Notice Inviting Tender for Supply, Installation, Commissioning and Maintenance of CCTV Systems with Central Monitoring System Short Notice Inviting Tender for Supply, Installation, Commissioning and Maintenance of CCTV Systems with Central Monitoring System North Eastern Regional Agricultural Marketing Corporation Ltd(NERAMAC)

More information

ESTATE DEPARTMENT. E-Tender for Supply of Electrical Material for YASHADA

ESTATE DEPARTMENT. E-Tender for Supply of Electrical Material for YASHADA ESTATE DEPARTMENT RAJBHAVAN COMPLEX, BANER ROAD, PUNE - 411 007. Phone No. (020) 25608229 & 25608408, Fax No. (020) 25608100 E-Tender for Supply of Electrical Material for YASHADA Estimated Cost of E-Tender

More information

GOVERNMENT OF KARNATAKA

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

More information

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM Selection of Ground Handling Agent Kerala Tourism Development Corporation Hotels & Resorts Ltd invites Expression of Interest from reputed Tour operators

More information

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WDF/SS/T/113/2016/2017 PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA

More information

1. Title of the tender : Tender for Printing of Calendars 2014 Wall Calendars and Desk Calendars & Date Calendars

1. Title of the tender : Tender for Printing of Calendars 2014 Wall Calendars and Desk Calendars & Date Calendars Tender on website. 1. Title of the tender : Tender for Printing of Calendars 2014 Wall Calendars and Desk Calendars & Date Calendars 2. Category : General 3. Zone : Head Office 4. Item : Miscellaneous

More information

STANDARD BIDDING DOCUMENT (SBD)

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

More information

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING TENDER (NIT) (e-tender) 1.1 GENERAL 1.1.1 Name of Work: NOTICE INVITING TENDER (NIT) (e-tender) Delhi Metro Rail Corporation (DMRC) Ltd. invites Limited e-tenders from shortlisted contractors, for the work, Contract CC-07B: Balance

More information

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 ADDRESS TO: ITI, BHUBANESWAR AT-NEAR GOVERNOR HOUSE, UNIT-8, PO- NAYAPALLI, BHUBANESWAR-751012 1. Last date of submitting receiving

More information

BID FOR DESIGNING, PRINTING AND EVALUATING OMR SHEET

BID FOR DESIGNING, PRINTING AND EVALUATING OMR SHEET BID FOR DESIGNING, PRINTING AND EVALUATING OMR SHEET Short Tender Notice No: 1356 Dated 10 th December 2014 Office of The Principal Chief Conservator of Forests, Odisha, Govt. of Odisha, Aranya Bhawan,

More information

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi Agriculture Insurance Company of India Ltd. Head Office, New Delhi Tender Document Notice inviting tender for hiring services for Farm Level Loss Assessment of banana plantations with the Use of Mobile

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

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH (A Government of India Enterprise) SBU : Logistics Infrastructure, Kolkata-700 001. TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS AT VISAKHAPATNAM, ANDHRA PRADESH TENDER NO: MMLH/CAR/LT/01

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

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

UDAIPUR SMART CITY LIMITED. NIT No. 13 / Bidding Document

UDAIPUR SMART CITY LIMITED. NIT No. 13 / Bidding Document Bidding Document (USCL) UDAIPUR SMART CITY LIMITED NIT No. 13 /2016-17 Bidding Document Design, construction, supply, installation, testing and commissioning and operating for 15 years under Hybrid Annuity

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

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT:

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT: GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA Ref. No.:- AAI/GOA/MT/HIRING/2018 DT: 23.04.2018 NOTICE INVITING e-tender (2 BOT-2 ENVELOPE OPEN TENDER) 1. Item rate tenders are invited through the e-tendering

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

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

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

More information

र य फ शन ट न ल ज स थ न, क लक त क

र य फ शन ट न ल ज स थ न, क लक त क Tender Document Fee Rs. 200/- (व म लय, भ रत सरक र) NATIONAL INSTITUTE OF FASHION TECHNOLOGY, KOLKATA (A Statutory Body governed by the NIFT Act 2006 & set up by Ministry of Textiles, Govt. of India) (ISO

More information

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice Life Insurance Corporation of India invites tenders in two bid systems from reputed contractors/agenciesfor Lift operation contract for

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Purpose: RFP for hiring vehicle Ref: SBI-BD/ESTB- 01/19 Dated: 01.01.2019 State Bank of India, Bangladesh Operations invites offers from reputed Travel Agencies / Rent- a Car Agencies

More information

Provision of Janitorial & Related Services

Provision of Janitorial & Related Services i B I D D I N G D O C U M E N T S Issued on: 07 July 2018 for Provision of Janitorial & Related Services Ref No: RFP# 2018-11-01-02 Procuring Entity: Bank of Jamaica ii Table of Contents Part I Bidding

More information

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT)

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) REQUEST FOR QUALIFICATION (RFQ) for Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) at Kempegowda International Airport, Bengaluru Bangalore International

More information

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR - 440 001 ************************************************************************************

More information

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED Last date for submission of application : 20.01.2019 WEBEL TECHNOLOGY LIMITED

More information

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE: OFFICE OF THE ASSISTANT COMMISSIONER OF CENTRAL EXCISE, AND SERVICE TAX: DINDIGUL- I DIVISION, POST BOX NO. 47, DOOR NO.68, NEHRUJI NAGAR, R.M. COLONY ROAD, DINDIGUL- 624 001. Office Phone No.0451-2427

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