TENDER ENQUIRY (TWO- BID SYSTEM) FOR PURCHASE OF ITEMS

Size: px
Start display at page:

Download "TENDER ENQUIRY (TWO- BID SYSTEM) FOR PURCHASE OF ITEMS"

Transcription

1 FMT/MP/PM/APPDX-8.1/TB MAZAGON DOCK LIMITED (A Government of India Undertaking) Dockyard Road, Mazagon, Mumbai INDIA Certified ISO 9001/EN ISO 9001 For Shipbuilding Division Tel. No.: Ext. 3815, 3816, 3818, and Fax No. : (022) E mail Website: TENDER ENQUIRY (TWO- BID SYSTEM) FOR PURCHASE OF ITEMS DIVISION-SHIP BUILDING TENDER NO: GM(M)/VPV/ To, M/s. DEPARTMENT-MATERIAL PROCUREMENT: TENDER FEE if applicable (Non-Refundable) Rs. 250/- (Two hundred and fifty only) (Govt.Departments, PSUs, Vendors registered with MDL and Firms registered with NSIC under single point Registration Scheme are exempted from Tender fee.) TENDER DATE: CLOSING DATE & TIME:-ON AT-1400HRS Dear Sirs/Madam, MAZAGON DOCK LIMITED INVITES COMPETITIVE BIDS from reputed Bidders / Vendors in TWO-BID SYSTEM (Part-I Techno Commercial Bid and Part-II Price Bid) for the following Supplies: 1 Item Sr. No 1 Description & Specification of Item Flame retardant cover guard as per specification and details given below: Description : 40 MIL Material : Flame Retarded Polythylene Thickness : 1 mm Colour : Any colour other than black Finish : Plain finish Application : Temporary protection of all types of finished surfaces Roll Width : 1.82 Mtrs.(72 inches) Roll Length : 36.5 Mtrs. (40 Yards) Required to meet the following test : N.A.M.A.S. Accredited laboratory satisfies LPS 1207 IGNITIBILITY : Small flame test to BS 476:PART 12:1991/equivalent. Large Flame test to BS-5852 Crib No. 7/equivalent. Smoke Emission: EN 2825 Toxic Gas Emission : EN 2826 Oxygen Index : BS 2782:Part 1:Method 141:1986(ISO ) FAR / JAR Part 1 (I.M.O.Resolution) A 653 Floor Coverings, Bulkheads and Ceilings A (Superceded A 471) Vertical Flame Test Textiles. Type Approvals: Lloyds Register of Shipping Det Norske Veritas Germanischer Lloyd Bureau Veritas. Quality Assurance: Continuous Assessment Testing to be carried out by W.F.R.C. NOTE: Manufacturer's test certificates / copies of all test reports and certificates to be submitted along with the material Quantity Required In Rolls Delivery Period Months/Weeks From the date of order WEEKS

2 2 Flame retardant cover guard water proof cloth tape as per specification and details given below: Description : Heavy duty Waterproof Cloth Tape Application : Jointing, fixing and securing of Cover Guard Colour : Any suitable colour other than black Roll Width : 100 mm (4 inches) Roll Length : 50 Mtrs.(55 Yards) Roll Weight : Kilos (3.58 Lbs) Thickness : 0.29 mm (0.011 Inches) Breaking Strength : 48 N/cm (12 Kgs. per 25 mm) Elongation : 45 % Adhesion to Steel : 4 N/cm (1000 G per 25 mm) Adhesion to Backing:2.8 N/cm (700 G per 25 mm) Temperature Range : 10 Deg. C to 100 Deg. C. Benefits : East tear, easy unwind, excellent adhesion, good abrasion resistance and non-corrosive adhesive. Storage : Store flat on their cut edges in ambient condition out of direct sunlight, protected from dust, heat, moisture, corrosive and solvent fumes, if stored under these conditions, the shelf life will not be less than one year. NOTE: Manufacturer's test certificates / copies of all test reports and certificates to be submitted along with the material WEEKS 2. The detailed scope is attached here with as enclosure INSTRUCTIONS TO THE BIDDERS 3.1 Bidders registered with Mazagon Dock Limited should furnish copy of valid registration certificate. 3.2 Bidders not registered with Mazagon Dock Limited should submit the following documents along with their offer: Bidders Company Profile and Shop & Establishment registration certificate List of equipment held by them with model / year / working status along with details of their manufacturing facilities and personnel with designation, qualification and experience to determine their capabilities Audited / Certified Balance sheet, Profit / Loss account for past 3 years and solvency certificate for value of Rs. 27,00,000/- / Banker s opinion issued by Nationalized / Reputed international / scheduled bank The bidders experience and past performance on similar supplies for last 2 years (Order copies & work completion certificates to be appended). 4. Validity Period: Bids / Offers Shall have a validity period of 120 days from the tender closing date. 5. Submission of offer in Two-Bid System: Offer must be submitted in Two parts, each offer securely closed (sealed) separately, in Two Envelopes Part I & Part II as stated below: 5.1 Part-I: This Envelope super scribing the Tender No, Due date & Time should contain the following: Technical Bid in Original duly signed + Two copies.

3 5.1.2 Acceptance on clauses of Tender Enquiry, GT&C in the Prescribed Formats duly stamped, signed & filled Accepted OR Not Accepted as applicable for each of the clause STACS Acceptance in the Prescribed Format duly stamped, signed & filled Accepted OR Not Accepted as applicable for each of the clause Price schedule BLANKING the PRICES but clearly indicating QUOTED / UNQUOTED as applicable against each of the listed item in the prescribed format duly Stamped & Signed Deviation Sheet in the prescribed format in case of any deviations from Terms, Conditions & Technical requirements specified in the STACS, Tender Enquiry & GT&C List of Spares wherever required Bidders / Vendors not registered with Mazagon Dock Limited should submit the additional documents as mentioned in para 3.2 above Copies of valid Registration or Approval certificates in case of Bidder s firms registered with MDL/ NSIC Bank details for payment by RTGS/NEFT in the format enclosed Proof of payment of Tender Fee for Press tender only. 5.2 Part-II : This securely closed (sealed) Envelope super scribing Tender Enquiry No., Due date & Time should contain only the PRICES for each of the listed items strictly in the prescribed format provided with the tender. If the space provided is not sufficient, bidder may attach additional sheets. Offer in any other format shall not be considered. Both these securely closed Envelopes i.e Part-I & Part-II should be put in a Third Bigger Envelope securely closed (Sealed), Super scribed with Tender No., Due date, time, and addressed To General Manager (Materials) Material Purchase deposited in YELLOW COLOURED TENDER BOX KEPT ON II FLOOR MOGUL HOUSE SOUTH YARD BY Hrs BEFORE CLOSING TIME. 5.2 (Cont) In case of Bulky Offers / Bids, which cannot be accommodated in the designated Tender Box, such bids / offers shall be sent by post / courier OR same shall be submitted to the following designated officers (address as mentioned above) so as to reach the undersigned well before the due date and time. Name of Officer Designation Extn. No. 1. Mr. V. P. Vazkar Chief Manager (C-MP) Mr. S. U. Shende SE (C-MP) 3815 The bids may also be sent by Speed Post / Courier Service well in advance so as should reach the undersigned well before the due date and time. Timely submission of the Bids is responsibility of the bidders and no reasons / excuses in this regard will be entertained by MDL.In any case, Bids shall not be hand delivered by bidders representative. 6. Earnest Money Deposit (EMD) / BID BOND: 6.1 Bidders shall furnish EMD Rs.1,80,000/- (Rupees One lakh eighty thousand only) in the form of crossed DD / Pay Order / Bank Guarantee drawn in favor of MAZAGON DOCK LIMITED or bid bond of equivalent foreign currency for foreign bidders. The bid bond / Bank Guarantee should be valid for 4 more weeks beyond the offer validity period indicated in the tender. Either of these instruments should be drawn on reputed International / Nationalized / Scheduled Banks excluding co-operative banks, payable at Mumbai and should essentially be enclosed in the in the Part-I viz. Techno Commercial Bid. Crossed DD / Pay Order issued by Co-operative banks however will be accepted subject to its realization. Bids / Offers without EMD/Bid Bond along with Part-I bid will not be considered. EMD of unsuccessful bidders will be returned after finalization of the tender and shall be interest free.

4 6.2 EXEMPTION FROM SUBMISSION OF EMD/BID BOND Following bidders shall be exempt from submission of EMD/Bid Bond; 7. Bid Rejection Criteria; State & Central Government of India departments, Public Sector Undertakings Firms registered with Mazagon Dock Limited (MDL). (Exemption will apply only to items / services which are similar to the supply / service indicated under description of work / supplies / services above & value up to which bidders are registered with MDL). To qualify for EMD exemption, firms should necessarily submit VALID copy of the registration certificate issued by MDL in Part-I offer/bid. Firms in the process of obtaining MDL registration will not be considered for EMD exemption Firms registered with NSIC under its Single Point Registration Scheme. (Exemption will apply only to items / service indicated under description of work / supplies / services & value up to which bidders are registered with NSIC). To qualify for EMD exemption, firms should necessarily submit VALID copy of the registration certificate issued by NSIC in Part-I offer / bid. Firms in the process of obtaining NSIC registration will not be considered for EMD exemption. 7.1 Following bids shall be categorically rejected; The Bids received after tender closing date and time Validity period specified in the tender enquiry not agreed by bidders. Items for which prices are administered by the Government, items for which longer validity period cannot be given by the Suppliers due to price fluctuation in the market are however exempted Bidders not agreeing to furnish required Security Deposit / Required Contract Performance Guarantee till completion of the supplies / services as per contract Bidders not agreeing to furnish Performance Bank Guarantee for equipment supplied / services rendered or not agreeing for retention of equivalent amount by MDL up to the period till completion of contractual and guarantee / warranty obligations Bids received without EMD (other than those who are exempt from payment of EMD), as specified in the tender Bidders not submitted each sample along with Techno-Commercial Bid (Part-I). 7.2 Following bid rejection criteria may render the bids liable for Rejection Bidder s failure to submit sufficient or complete details for evaluation of the bids within the given period which may range in between two to three weeks depending on the deficiencies noticed in the drawings / technical data which shall not however conflict with validity period Incomplete / misleading / ambiguous bids in the considered opinion of TNC Bids with technical requirements and or terms not acceptable to MDL / Customers / External agency nominated as applicable.

5 7.2.4 Bids received without pre-qualification documents where required as per the tender Bids not meeting the pre-qualification parameters stipulated in the tender enquiry. 8. Pricing: Bidders shall quote the prices of all items listed in the tender enquiry for delivery of the items in MDL store. The prices quoted shall remain firm and fixed during the currency of the order / contract unless agreed otherwise by MDL. 8.1 For Indigenous Bidders: Indigenous Bidder shall quote the prices of all items / services listed in the price sheet format of the tender enquiry for delivery of the items in MDL store / completion of the work at MDL site. The prices quoted shall remain firm and fixed during the currency of the order / contract unless agreed otherwise by MDL. 8.2 For Foreign Bidders: Bidder shall quote the prices on the FOB Port of despatch basis only. Prices on the basis of FOB factory or ex-works and CIF basis are not acceptable. However prices on C&F basis must be obtained to ascertain the cost of transportation for ranking of the bids. The prices quoted shall remain firm and fixed during the currency of the order / contract unless agreed otherwise by MDL. Needless to state that the delivery terms by way of high sea sales / sale in transit are not acceptable. 9. Terms of Payment: - MDL does not pay any advance Payment for Indigenous & Overseas bidders. 9.1 For Indigenous Bidders: 100% Payment for the values of supplies, as reduced by any deductible and or the amount leviable towards liquidated damages, if any and after including taxes, duties, octroi etc. as may be payable through RGTS/NEFT between days after receipt of material along with TC S, Invoice as relevant as per order terms. Note: Bidders shall furnish all the necessary details like name of the bank/branch, branch code No, bank account no in their technical bid as per RTGS/NEFT format (enclosed with tender). 9.2(A) For Foreign Bidders: 9.2 Payment through L/C :- Payment will be made against irrevocable letter of credit (L/C) established through our bankers. A sample format of the same is enclosed. For opening L/C, Suppliers should essentially furnish their clear & timely acceptance of the order. For opening L/C, all charges outside India shall be borne by the Beneficiary (supplier). In case supplier seeks L/C amendment for no fault of MDL or requires confirmation of L/C then all charges towards L/C amendment or confirmation of L/C respectively shall be borne by the supplier. L/C will allow payment on timely presentation of following documents through bank; Set of Original + 2 Copies of signed Invoice showing item wise prices as per the order Set of Original + 2 Copies of signed Packing List clearly showing list of items packed Set of Original + 2 Copies Clean on Board Bill of Lading OR Air Way Bill made in the name of MDL s Bank and Marked as freight to pay Set of Original + 2 Copies of Certificate of approval OR Release Note from MDL nominated Inspection agency Certificate of country of origin in Original + 2 Copies Original + 2 Copies of Warranty Certificate in prescribed format Original + 2 Copies of all Manufacturer s Test Certificates (MTCs) / Reports, Drawings, Manuals, Procedures etc as relevant to the ordered item.

6 Certificate Confirming that supplier has couriered / dispatched 03 sets of Non Negotiable Documents comprising of all Test reports / MTCs, Technical Documents, Drawings, Manuals, Procedures etc and of Signed Invoices, Packing Lists, Bill of Lading/AWB, MDL nominated Inspection Agency s Certificate of approval, Country of Origin Certificate, Warranty Certificate, Performance Bank Guarantee, directly to MDL Original + 2 Copies of the Certificate issued by the classified society confirming seaworthiness of the vessel and that the shipment is made on vessels of not more than 15 years vintage. (Applicable in case of C&F contracts / orders agreed by MDL) Certificate issued by MDL confirming that the delivery is made in time and no penalty is applicable OR incase of delays, admissible amount of penalty will be specified by MDL in this certificate for reduction of equal amount from supplier s invoice. (MDL will issue this certificate generally by FAX immediately on receipt of signed copy of invoice, packing list, approval certificate of the nominated inspection agency, date of the proposed shipment, & copies of B/L or AWB or any other acceptable documents confirming supplier s readiness dispatch) Certificate confirming that the shipping instructions (inclusive of packing) have been followed while packing / shipment and forwarding of details for insurance to MDL In case of supply of, Plates or any other steel materials on theoretical weight (Tonnage) basis, following documents should also be furnished; Supplier s signed certificate stating that We hereby guarantee that the goods supplied strictly conformed with description & all technical requirements referred in the order and prices charged are strictly as per the terms of the order and that for shipments on theoretical weight basis no extra lengths are charged Original +2 copies of Manufacture s Material Test Certificates (MTCs) duly endorsed by the Inspection Agency in co-relation with the non erasable markings of Manufacturer s name, heat numbers & Inspection agency s non-erasable stamp/seal on the material Stowing/storage certificate from supplier in following format: We hereby certify that the goods covered by Order No dt have been stored/stacked/stowed at the manufacturing plant, loading ports, in transit and on vessels satisfactorily in accordance with the standard practice accepted internationally and also certify that the goods have not undergone ant deformation and tolerances are still within the relevant specifications. All the documents should clearly indicate the Purchaser s Order number, Import License Number, Airway Bill / Bill of Lading Number. 10. Guarantee/Warranty: The items supplied shall be guaranteed for 12 months from the date of acceptance. 11. Sample Submission: Bidders are required to submit each sample along with Techno-Commercial Bid (Part-I). Bids of such bidders whose samples are approved by user department will only be considered for the price bid opening. 12. Bidder shall abide by all Standard Terms and Conditions of Supply (STACS), GT&C and Acceptance formats as per Enclosures 3 & 4 contained therein should be properly filled, signed and returned by the bidder along with techno-commercial (Part-I) bid.

7 13. Taxes & Duties:- The item-wise rates quoted in the Rate Sheet should exclude Taxes and Duties. Bidder should indicate Taxes and Duties as applicable separately under each of the head in the same Rate sheet, which will be paid extra based on tax invoice to the extent applicable. Wherever all-inclusive prices are quoted by the bidder(s) and accepted without bifurcation of tax elements, no escalation shall be considered in respect of any variations in statutory levies arising subsequently in the absence of required base figures The rate sheet to be enclosed with the tender will indicate the rates under each tax head viz.: a. Excise Duty. b. Education Cess, if included. c. Central Sales Tax. (CST) d. Value Added Tax. (VAT) e. Delivery Charges. f. Insurance Charges. g. Octroi, if included. h. Freight charges. i. Inspection/Testing charges. j. Other charges if any Any other Taxes/Duties/Levies Supplier / Bidder will not be entitled to any increase in rate of taxes occurring during the period of extended delivery schedule if there is delay in supply / completion attributed to him. However, if there is a decrease in taxes, the same must be passed on to MDL We will issue the following exemption certificates for Purchase of these items against this tender only to OEM s (Manufacturers) and not to authorised dealers / agents. Excise Exemption Certificate Octroi Exemption Certificate Custom duty Exemption Certificate Order will be placed on manufacturer only by MDL and consignee will be MDL and not the authorised dealer / agent. 14. Loading Criteria: Deviations sought by the bidder in respect of Custom Duty exemption, Freight, Insurance, Payment terms shall be loaded on the bidder/s quoted prices during price evaluation by MDL. Among the equal bids, bidders with ISO 9000 series accreditation over Non-ISO bidders, firstly Manufacturers then their authorized dealers will be given preference. The loading criteria that will be adopted are detailed below & also as per Enclosure-6: 14.1 It is desirable that the bidder accepts the Payment Terms indicated in clause 9 above. Varied payment terms quoted by bidders as compared to the terms stated in the Tender document shall be normalized by applying % p.a. rate of interest for the period at variation. (For Indigenous bidder) & for overseas bidder the bids will be normalized at LIBOR/EURIBOR rate plus 2% for ranking of the bids Statutory levies (Customs Duty, Excise Duty, Education Cess, VAT/CST, Octroi Duty) shall be excluded for ranking of bids to determine L-1 vendor. Cost (Basic Price + Transport + insurance) to MDL Stores shall be considered for indigenous Vendors. In case of Foreign supplier the basic cost (C&F) shall be the basis for comparison of quoted price. Custom clearance/port handling / transport charges to the yard will be added to C&F cost Delivery of the goods at MDL premises should be responsibility of the vendor. However, for unavoidable reasons, if bids are exclusive of transport and/or insurance, the same will be loaded at the cost to be incurred by MDL.

8 14.4 For the additional delivery period sought by the bidder over the stipulated date of delivery as per Tender, 0.50% per completed week will be loaded to the quoted price Deviations sought in respect of Liquidated Damages (L D) Deviations sought in respect of rate per week and / or maximum ceiling in respect of liquidated damages shall be loaded to the quoted price. For EG. The maximum ceiling towards liquidated damages speculated in the tender is 5% and the bidder seeks to limit it to, say 3.5% then the price quoted will be loaded by 1.5%. If the rate of L.D per week is 0.5% per week or part thereof as per tender and the bidder seeks it as, say, 0.4% per week or part thereof, the maximum ceiling on L D as per tender will first be equated to weeks (10 weeks in this case) and the rate proposed by the bidder ie 0.4% will be multiplied by the so equated maximum period (which works out to 4%) and the quoted price will be loaded accordingly by 1%. Delivery being the essence of the contract, it is desirable if the bidder/s adhere to the stipulated clause Deviations in respect of the period of Warranty shall be loaded to the quoted 0.25% per month or part thereof. This does not arise if the bidder quotes additional price for the differential period Offers shall be considered on individual L1 basis and not overall L1 basis. 15. Consignee: The Successful bidder/s shall arrange dispatch of goods by appropriate Rail / Road / Sea / Air transport mode as per the order to GOODS RECEIVING SECTION and further to designated stores on working days (Monday to Friday) between 8.00 hrs to hrs (Lunch Time to hrs).in case truck/tempo reaches our yard beyond above time the same may be retained over night at your risk & cost. An advance copy of invoices along with other relevant documents shall be forwarded to the purchaser sufficiently in advance to enable clearance of cargo within allowed demurrage free days to avoid demurrage. In case of door delivery orders, the supplier shall categorically direct the transporter to deliver the ordered items without insisting for consignee copy of the Lorry Receipt. 16. Modifications to the Bids: - Bidders desirous of submitting modified bids prior to the closing date & time may do so by sending a modification notice by fax, etc but followed by a signed confirmation copy of their request so as to reach the undersigned not later than the deadline for submission of bids. However it shall be the responsibility of the bidder to ensure that the covers containing modified bids are clearly marked as Modified / Revised Bid and deposited in the designated tender box before the tender closing date & time. 17. Public Grievance Cell: A Public Grievance Cell headed by General Manager (Dredger) has been set up in the Company. Members of public having complaints or grievances are advised to contact him on Wednesday between hours and hours in his office or send their complaints / grievances to him in writing for redressal. His Telephone No. is Supply on MDL Holidays: Request for permission for delivery on Saturday / Sunday / holidays if required, should be submitted 3 working days prior to the date of holiday, to Personnel department and Security through concerned Dept. 19. Liquidated Damages: Time is an essence of the contract therefore the job, as ordered, should be completed on the dates mutually agreed upon in accordance with the delivery schedule. In cases of delay not attributable to Purchaser beyond the agreed schedule, the Successful bidder shall pay liquidated damages, a sum representing 0.5% (Half per cent) per week or part thereof, subject to maximum of 5% of the final Order / Contract value Vendor / Contractor (Seller) will also be liable to pay Liquidated Damages for late delivery of Manuals, Drawings and Documentation as agreed to by Purchaser and Vendor / Contractor (Seller) and as stated in the Purchase Order. The amount of such damages will be clearly defined in the Purchase Order and may extend upto 5% of the Order Value.

9 20. Bidders will not be entitled to any increase in rate of taxes occurring during the period of extended delivery completion schedule if there is delay in supplies / completion attributed to him. However if there is a decrease in taxes, the same must be passed on to MDL. 21 Security Deposit (SD): The successful bidder shall have to submit Security Deposit for an amount of 5% of the Contract/Order excluding taxes, duties, freight etc. in the form of DD/ Pay Order / Bank Guarantee from a reputed Nationalized / Scheduled Bank within 15 days from the date of LOI/Order. No interest will be paid on Security Deposit. Please note that MDL does not extend any concession such as exemption in payment of Security Deposit etc. to any organization. In case of failure to submit Security Deposit within 15 days, EMD submitted shall be forfeited and risk purchase clause would be invoked. The Security Deposit will be returned only after successful execution of the order. In the event of failure to execute the order satisfactorily, the Security Deposit will be forfeited. 22. Inspection - (a) Receipt Inspection by MDL- MDL shall carry out necessary inspection of the items on receipt in the MDL Yard on the basis of an appropriate MDL Inspection system requirements & the Inspection documents submitted by suppliers. Any objection raised by MDL inspection team against quality of material or workmanship shall be satisfactorily corrected by the supplier at his expenses including replacement as may be required within shortest possible time within 30 days. Items damaged during transit shall also be rectified or replaced by the supplier within shortest possible time, payment for which shall be made at mutually agreed rates. (b) Rejection of the material: Any portion of the equipment found defective/rejected, the supplier shall collect the same at his cost from the MDL Yard, all incidental charges being born by supplier, (inclusive of custom duty, if payable), within 30 days from the date of intimation to the supplier of such rejection. The MDL reserves the rights to dispose off the rejected item at the end of a total period of 90 days in any manner, to the best advantage to the MDL& recover storage charges & any consequential damages, from sale proceeds of such disposal. 23. In case of any clarifications, bidders are requested to contact the undersigned, before the closing date of the tender. 24. MDL reserves the right to consider placement of Order / Contract in part or in full against the tendered quantity. 25. Issue of Tender Enquiry Document:- The Tender Enquiry can be downloaded from our website However, interested bidders may also collect the tender from the undersigned by submitting a written application and on payment of nonrefundable amount of Tender fee in person indicated above on all working days (Monday to Friday between a,m. to 4.00 p.m.). Alternatively, bidders desirous of obtaining the tender by post at bidders risk shall send a request letter in advance to reach the undersigned latest by * (date of 10 days before closing date) along with the prescribed amount of tender fee + Rs 100 towards postage etc by crossed DD / Pay order in favour of Mazagon Dock Limited, payable at Mumbai. 26. In the event, we do not receive Acceptance Formats duly filled for Tender Enquiry Form, General Terms & Conditions (GT&C) and Standard Terms & Conditions (STACS), it shall be presumed that all our tender terms & conditions are acceptable to you. 27. Bidders intending to witness the Tender opening shall have to submit the letter of authority to the Tender Opening Officers and will sign on the sheet of paper in token of his presence at the time of opening. 28. We look forward to receive your most competitive and reasonable offer against this tender.

10 Yours faithfully, For MAZAGON DOCK LIMITED, (Purchase Officer) Stamp Enclosure - 1 : Scope of work / supply Enclosure - 2 : Tender enquiry terms and Acceptance Format Enclosure - 3 : Standard Terms & Conditions (STACS)* with acceptance format Enclosure - 4 : General Terms & Conditions (GT&C)* with acceptance format Enclosure - 5(a) : Part-II Price Bid Prescribed Format (Rate Schedule Format) Enclosure - 5(b) : (For Indigenous vendors) Part-II Price Bid Prescribed Format (Rate Schedule Format) (For Overseas vendors). Enclosure - 6 : Loading Factors Enclosure - 7 : RTGS/NEFT Format * Enclosure - 8 : Security Deposit Bank Guarantee Format * Enclosure - 9 : Bank Guarantee Format for EMD * Enclosure - 10 Enclosure - 11 Enclosure - 12 Format of Letter of credit Shipping Instructions for Sea & AIR consignments Non-disclosure Agreement Format. Note: * These documents to be down loaded from our Website. ( > Tenders >Shipbuilding > Material Purchase > Enclosures related to Tender Documents for Material Purchase Dept. ).

11 MAZAGON DOCK LIMITED Enclosure 1 TENDER ENQUIRY No. GM (M)/VPV/ Date: Scope of work / supply : As stated in Tender document at Sr.No.1 Inspection: In MDL after receipt of material at MDL by MDL Inspection Cell. Documents & other requirements: In the event of placement of Order supplier along with supply of material without any additional cost shall provide following documents. 1) All Test Certificates 2) Guarantee Certificate 3) Delivery on priority. 4) The supplier has to enter a non-disclosure agreement as per attached format.

12

13 Enclosure-2 TEF ACCEPTANCE FORMAT To, MAZAGON DOCK LIMITED PURCHASE DEPARTMENT. TENDER ENQUIRY No. GM (M)/VPV/ Date: TEF CLAUSE No. BIDDER S REMARK TEF CLAUSE No. BIDDER S REMARK TEF CLAUSE No. BIDDER S REMARK COMPANY S NAME & ADDRESS : SIGNATURE : DATE : NAME : DESIGNATION: BIDDER S COMPANY SEAL: NOTES : 1) Bidders should carefully read the Terms & Conditions of the Tender Enquiry Form (TEF) prior to filling up this acceptance format. 2) This format should be properly filled, signed and returned by the bidder(s) along with their technical offer for considering their Bid. 3) Bidder(s) should indicate ACC for Accepted, DEV for Deviation Taken for each clause number in the above table. 4) Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the Clause, Reasons for Deviation and Alternative suggested for any deviations taken by them. 5) Clause numbers shown in the above format also includes the sub-clauses under these clauses. For example Clause no. 3 means Clause nos. 3, 3.1, 3.2a), b), i), ii), iii).

14 STANDARD TERMS AND CONDITIONS (STACS) (FOR PURCHASE OF ITEMS) Enclosure-3 FMT/MP/PM/APPNDX 8.6/ TB B-1.1 (101) The word 'Purchaser' refers to MAZAGON DOCK LIMITED, (MDL), a Company registered under the Indian Companies Act, 1913 and it includes its successors or assignees. B-1.2 The word 'Bidder/Vendor/Contractor' means the person / firm / Company who undertakes to manufacture and or supply and or undertake work of any nature assigned by the Purchaser from time to time and includes its successors or assignees. B-1.3The word 'Owner' means the person or authority with whom Mazagon Dock Limited (Purchaser) has contracted to carry out work in relation to which orders are placed by the Purchaser on the Bidder/Vendor/Contractor under this contract for supply or manufacture of certain items and would include Department of Defence Production, Ministry of Defence, Government of India, the Indian Navy, the Coast Guard and any other specified authority. B-2 (102) GENERAL B-2.1UNLESS OTHERWISE INDICATED SPECIFICALLY BY THE BIDDER / CONTRACTOR IN HIS BID, IT SHALL BE CONSTRUED AS HIS ACCEPTANCE OF ALL THE CONDITIONS MENTIONED IN THIS STACS. B-3 (200) COMMUNICATION & LANGUAGE FOR DOCUMENTATION B-3.1 Any letter, facsimile message, intimation or notice sent to the Bidder/Vendor/Contractor at the last known address mentioned in the offer / order shall be deemed to be valid communication for the purpose of the order/contract. Unless stated otherwise by the purchaser, Language for communication & all documentation shall be same, which the Purchaser has used, in the tender enquiry. B-4 (210) PURCHASER S PROPERTY. B-4.1 All property (such as materials, drawings, documents etc) issued by the Purchaser or any other individual or firm on behalf of the Purchaser in connection with the contract shall remain confidential, being the property of the Purchaser and the Bidder/Vendor/Contractor shall undertake to return all such property so issued and will be responsible for any or all loss thereof and damage thereto resulting from whatever causes and shall reimburse the Purchaser the full amount of loss and damage. B-5 (220) RISK PURCHASE B-5.1If the equipment / article / service or any portion thereof be not delivered / performed by the scheduled delivery date / period, any stoppage or discontinuation of ordered supply / awarded contract without written consent by Purchaser or not meeting the required quality standards the Purchaser shall be at liberty, without prejudice to the right of the Purchaser to recover Liquidated Damages / penalty as provided for in these conditions or to any other remedy for breach of contract, to terminate the contract either wholly or to the extent of such default. Amounts advanced or part thereof corresponding to the undelivered supply shall be recoverable from the Contractor / Bidder at the prevailing bank rate of interest. B-5.2 The Purchaser shall also be at liberty to purchase, manufacture or supply from stock as it deems fit, other articles of the same or similar description to make good such default and or in the event of the contract being terminated, the balance of the articles of the remaining to be delivered there under. Any excess over the purchase price, cost of manufacture or value of any articles

15 STANDARD TERMS AND CONDITIONS (STACS) Contd B-5.2(Contd.) supplied from the stock, as the case may be, over the contract price shall be recoverable from the Bidder / Vendor / Contractor. B-6 (230) RECOVERY-ADJUSTMENT PROVISIONS: B-6.1 Payment made under one order shall not be assigned or adjusted to any other order except to the extent agreed upon in writing by the Purchaser. During the currency of the contract, if any sum of money is payable by the Bidder / Vendor / Contractor the same shall be deducted from any sum then due or thereafter may become due to the Bidder / Vendor / Contractor under the contract or any other contract with the Purchaser. B-7 (250). INDEMNIFICATION B 7.1. The Bidder / Vendor / Contractor, his employees, licencees, agents or Sub-Vendor / Sub-contractor, while on site of the Purchaser for the purpose of this contract, indemnifies the Purchaser against direct damage and or injury to the property and or the person of the Purchaser or that of Purchaser's employees, agents, Sub- Contractors / Suppliers occurring and to the extent caused by the negligence of the Bidder / Vendor / Contractor, his employees, licencees, agents or Sub-contractor by making good such damages to the property, or compensating personal injury and the total liability for such damages or injury shall be as mutually discussed and agreed to. B-8 (260). TRANSFER OF VENDORS / CONTRACTOR S RIGHTS: B 8.1. The Bidder / Vendor / Contractor shall not either wholly or partly sell, transfer, assign or otherwise dispose of the rights, liabilities and obligations under the contract between him and the Purchaser without prior consent of the Purchaser in writing. B-9 (270). SUBCONTRACT & RIGHT OF PURCHASER B 9.1 The Bidder / Vendor / Contractor under no circumstances undertake or subcontract any work / contract from or to any other Sub-contractor without prior written approval of the Competent Authority of Purchaser. In the event it is found that such practice has been indulged in, the contract is liable to be terminated without notice and the Bidder / Vendor / Contractor is debarred all from future tender enquiries / work orders. However in no circumstances a contractor is permitted to subcontract any part of the contract to the bidders who had quoted for the concerned tender. B-10 (280). PATENT RIGHTS. B 10.1 The Bidder / Vendor / Contractor shall hold harmless and keep the Purchaser indemnified against all claims arising as a result of infringement of any patent / copy rights on account of manufacture, sale or use of articles covered by the order. B.11 (290.) AGENTS / AGENCY COMMISSION: B The Bidder / Vendor / Contractor confirms and declare to the Purchaser his status as either the original manufacturer of equipment or as the stockist / supplier of the equipment / machinery / items referred to in this contract and that he has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Purchaser or any of its functionaries, whether officially or unofficially, to the award of the contract to the Contractor / Supplier nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Bidder / Vendor / Contractor shall agree that if it is established at any time to the satisfaction of the Purchaser that the present declaration is in any way incorrect or if at a later stage it is discovered by the Purchaser that the Bidder / Vendor / Contractor has engaged any such individual / firm, and paid or intended to pay any

16 STANDARD TERMS AND CONDITIONS (STACS) Contd B 11.1(Contd) amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Contractor / Supplier shall be liable to refund that amount to the Purchaser. The Bidder / Vendor / Contractor will also be debarred from entering into any supply contract with the Purchaser for a minimum period of five years. The Purchaser will also have a right to consider cancellation of the contract either wholly or in part, without any entitlement or compensation to the Bidder / Vendor / Contractor who shall in such event be liable to refund all payments made by the Purchaser, along with interest at the rate of 2% per annum above the LIBOR (London Inter bank Offer Rate). The Purchaser will also have the right to recover any such amount from any contracts concluded earlier with the Purchaser. B 12 (300.) USE OF UNDUE INFLUENCE / CORRUPT PRACTICES: B-12.1.The Bidder / Vendor / Contractor undertakes that he has not given, offered or promised to give, directly or indirectly any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Purchaser or otherwise in procuring the contract or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the Contract with the Purchaser for showing or forbearing to show favour or disfavour to any person in relation to the Contract or any other Contract with the Purchaser. Any breach of the aforesaid undertaking by the Bidder / Vendor / Contractor or any one employed by him or acting on his behalf (whether with or without the knowledge of the Bidder / Vendor / Contractor) or the commission of any offence by the Bidder / Vendor / Contractor or any one employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1980 or the Prevention of Corruption Act, 1947 or any other Act enacted for the prevention of corruption shall entitle the Purchaser to cancel the contract and all or any other contracts with the Contractor / Supplier and recover from the Bidder / Vendor / Contractor the amount of any loss arising from such cancellation. A decision of the Purchaser or his nominee to the effect that a breach of the undertaking has been committed shall be final and binding on the Bidder / Vendor / Contractor. B The Bidder / Vendor / Contractor shall not offer or agree to give any person in the employment of Purchaser any gift or consideration of any kind as "Inducement" or "reward" for doing or forbearing to do or for having done or foreborne to do any act in relation to the obtaining or execution of the contract/s. Any breach of the aforesaid condition by the Bidder / Vendor / Contractor or any one employed by them or acting on their behalf (whether with or without the knowledge of the Bidder / Vendor / Contractor) or the commission of any offence by the Bidder / Vendor / Contractor or by any one employed by them or acting on their behalf which shall be punishable under the Indian Penal Code 1980 and / or the Prevention of Corruption by Public Servants, shall entitle Purchaser to cancel the contract/s and all or any other contracts and then to recover from the Bidder / Vendor / Contractor the amounts of any loss arising from such contracts' cancellation, including but not limited to imposition of penal damages, forfeiture of Security Deposit, encashment of the Bank Guarantee and refund of the amounts paid by the Purchaser. B In case, it is found to the satisfaction of the Purchaser that the Bidder / Vendor / Contractor has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents / Agency Commission and use of undue Influence, the Bidder / Vendor / Contractor, on a specific request of the Purchaser shall provide necessary information / inspection of the relevant financial document / information. B 13 (330). BANNED OR DE-LISTED CONTRACTORS / VENDORS. B 15.1 The Bidder / Vendor / Contractor declares that they being Proprietors / Directors / Partners have not been any time individually or collectively blacklisted or banned or de-listed by any Government or quasi Government agencies or PSUs. If a bidder s entities as stated above have been blacklisted or banned or delisted by any Government or quasi Government agencies or PSUs, this fact must be clearly stated and it may not necessarily be a cause for disqualifying him.

17 STANDARD TERMS AND CONDITIONS (STACS) Contd B 14 (340.) DUTY OF PERSONNEL OF SUPPLIER/VENDOR 341.MDL being a Defence Organisation, Bidder / Vendor / Contractor undertakes that their personnel deployed in connection with the entrusted work will not indulge in any activities other than the duties assigned to them. B 15 (350). ARBITRATION B Any dispute / differences between the parties arising out of and in connection with the contract shall be settled amicably by mutual negotiations. Unresolved disputes/ differences, if any, shall be settled by Arbitration and the arbitration proceedings shall be conducted at Mumbai (India) in English language, under the Indian Arbitration and Conciliation Act, B 15.2 In case of unresolved difference / dispute between Purchaser and Supplier, being a Public Sector Enterprise, shall be referred by either party to the Department of Public Enterprises, as per extant guidelines B 16 (360). JURISDICTION OF COURTS B 18.1 All contracts shall be deemed to have been wholly made in Mumbai and all claims thereunder are payable in Mumbai City and it is the distinct condition of the order that no suit or action for the purpose of enforcing any claim in respect of the order shall be instituted in any Court other than that situated in Mumbai City, Maharashtra State, India i.e. courts in Mumbai shall alone have jurisdiction to decide upon any dispute arising out of or in respect of the contract.

18 Enclosure-3 STACS ACCEPTANCE FORMAT To, MAZAGON DOCK LIMITED PURCHASE DEPARTMENT. TENDER ENQUIRY No. GM (M)/VPV/ Date: STACS CLAUSE No. BIDDER S REMARK STACS CLAUSE No. BIDDER S REMARK STACS CLAUSE No. BIDDER S REMARK COMPANY S NAME & ADDRESS : SIGNATURE : DATE : NAME : DESIGNATION: BIDDER S COMPANY SEAL: NOTES : 1. Bidder(s) should carefully read the Standard Terms & Conditions (STACS) included in the tender prior to filling up this acceptance format. 2. This format should be properly filled, signed and returned by the bidder(s) along with their technical offer for considering their Bid. 3. Bidder(s) should indicate ACC for Accepted, DEV for Deviation Taken for each clause number in the above table. 4. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the Clause, Reasons for Deviation and Alternative suggested for any deviations taken by them. 5. STACS clause numbers shown in the above format also includes the sub-clauses under these clauses. For example 220 means clause nos. 220, 221, 222.

19 A-1.(A-10) ACCEPTANCE OF ORDER / CONTRACT GENERAL TERMS & CONDITIONS (GT&C) Enclosure-4 FMT/MP/PM/APPNDX 8.1.2/ TB A-1.1. With the acceptance of the successful bidder s offer by the purchaser, which is as per the Terms & Conditions of the tender, by means of LOI/Order/Contract, the tender is concluded. The Vendor / Subcontractor / Supplier shall, on receipt of the order/loi/contract, communicate their unconditional acceptance to the purchaser in the prescribed format immediately within 10 days. A 1.2. If nothing to the contrary is heard by purchaser within 10 days from the date of placement of order, it will be understood that the order has been accepted by the Bidder/Vendor/Contractor. A 1.3. Any delay in acknowledging the receipt & acceptance of the Purchase Order/Contract/LOI from the specified time limit or any qualification or modification of the purchase order/loi/contract in its acknowledgement acceptance by the Vendor / Sub-contractor /Supplier shall be termed as breach and would be liable for forfeiture of EMD, Bid Bond, Security deposits etc. A-2 (A-20) SECURITY DEPOSIT. A 2.1. The successful bidder shall submit a Security 5% of the value of the Order in the form of Demand Draft / Bank Guarantee in the prescribed format in favour of Purchaser within 15 days from date of LOI / Order / Contract. The Security Deposit will be returned only after the successful execution of the order / contract. Refund of Security Deposit whenever considered admissible by the Purchaser, shall be without interest only. A-3 (A 30) FORFEITURE OF EMD / BID BOND. A 3 1. In cases of withdrawal of bid during validity period or during any extension granted thereof, non acceptance of agreed conditions of Technical and or Commercial and or Price Negotiations, non-submission of the security deposit and / or non-acceptance of the order the EMD or bid security will be forfeited or encashed as the case may be. A-4 (A 40) FORFEITURE OF SECURITY DEPOSIT. A 4 1. Non-performance of agreed terms and or default/breach by Bidder/Vendor/Contractor will result in forfeiture of security deposit with application of risk purchase provisions as felt appropriate by the Purchaser. A-5 (A 50). FORFEITURE OF PERFORMANCE GUARANTEE A 5 1. In the event of Bidder/Vendor/Contractor failure to attend the Guarantee defects within a reasonable period of time, the Performance Bank Guarantee will be encashed by the Purchaser. The Purchaser s decision shall be final and binding on Bidder/Vendor/Contractor A-6 (A 60). SUPPLIES A-6.1. The equipment / products / items / Services to be supplied shall be strictly in accordance with the Drawings / Specifications / Requirements indicated in the Tender Enquiry / Order with deviations, if any, as mutually accepted.

20 GENERAL TERMS & CONDITIONS (GT&C) Contd A-7 (A 80). CANCELLATION OF ORDER A-7.1.The Purchaser reserves the right to cancel an order forthwith without any financial implications on either side, if on completion of 50% of the scheduled delivery/completion period the progress of manufacture/supply is not to the satisfaction of Purchaser and failure on the part of the Bidder/Vendor/Contractor to comply with the delivery schedule is inevitable. In such an event the Bidder/Vendor/Contractor shall repay all the advances together with interest at prevailing bank rates from the date of receipt of such advances till date of repayment. The title of any property delivered to Purchaser will be reverted to the Bidder/Vendor/Contractor at his cost. A-7.2. In case of breach / non-compliance of any of the agreed terms & conditions of order / contract. MDL reserves the right to recover consequential damages from the vendor / contractor on account of such premature termination of contract. A-7.3. In case of delay beyond agreed period for liquidated damages or 10weeks from contractual delivery period whichever is earlier, MDL reserves the right to cancel the order and procure the order items / services from any available source at MDL s option & discretion and entirely at your risk and cost. Extra expenditure incurred by MDL in doing will be recoverable from you. A-8 (A 90). # PRESERVATION AND MAINTENANCE (For Equipments, Machinery) A-8.1. Should any material require any preservation till its final installation/fitment, the detailed procedure (Long term & short term) for the same as also the time of interval after which the state of preservation needs to be reviewed is to be stated by the Bidder/Vendor/Contractor. A-8.2. Further the de-preservation prior to the material/equipment being commissioned and the maintenance procedure together with its periodicity is also to be indicated by the Bidder / Vendor / Contractor. A-8.3. The Bidder / Vendor / Contractor in their offer must confirm that indigenous oil; lubricants and preservatives, etc. can be used in the equipment. The bidder must also give assurance that the equipment performance will not be downgraded by use of indigenous equivalents A-9 (A 100). FREIGHT & INSURANCE. A 9.1 In cases where the offers are for 'Door Delivery to Purchaser,' transit freight & Insurance charges shall be borne by the Bidder / Vendor / Contractor. In other agreed cases of Ex-works / Ex-Transporter's warehouse or Railway godown offers, the Bidder / Vendor / Contractor on dispatch, shall give details of materials with dispatch particulars and their value in time to Purchaser's Insurance Company on the contact details as provided in the order. In such agreed cases, the freight & insurance charges will be paid by the purchaser directly to the parties concerned. A-10 (A-110). TAXES & DUTIES / STATUTORY LEVIES. A Taxes and duties applicable, if any, shall be regularized by MDL by issuing necessary exemption certificates or reimbursed at actuals. Bidder shall indicate the taxes and duties applicable in their offer. Taxes in cases where exemption certificates cannot be availed, shall be deducted wherever applicable (e. g. Income tax, Service Tax, Works Contract Tax etc) from the bills of the vendor as per statutes. Octroi duty exemption certificate issued by Customer s representative will be provided on vendor s written intimation with relevant details regarding readiness of items for dispatch. Where payment of octroi duty is agreed to and stipulated in the Purchase Order / Contract, the same will be reimbursed by Purchaser at actuals after receipt of vendor s bills alongwith Original Octroi paid money receipt and copy of Form B. Octroi receipts are to be drawn / issued in the name of Mazagon Dock Limited only Where payment of VAT, Sales Tax, Excise Duty is agreed to and stipulated in the Purchase Order / Contract, the same will be reimbursed by the Purchaser at actuals after receipt of vendor s bills alongwith proof or declaration to the satisfaction of purchaser for payment of such taxes by the vendor to appropriate Tax authorities.

म झग व ड क शप ब डस ल मट ड MAZAGON DOCK SHIPBUILDERS LIMITED

म झग व ड क शप ब डस ल मट ड MAZAGON DOCK SHIPBUILDERS LIMITED A10. BLANK GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES (EXCLUDING CIVIL WORKS) A20. SECURITY DEPOSIT. A21. The successful bidder shall submit a Security Deposit @ 5 % of the contract / order

More information

Mazagon Dock Shipbuilders Limited (MDL) invites Competitive - Bid from reputed suppliers for the following in SINGLE BID system.

Mazagon Dock Shipbuilders Limited (MDL) invites Competitive - Bid from reputed suppliers for the following in SINGLE BID system. TENDER ENQUIRY [ WEB TENDER ] Tender No : 2000006493 Purchasing Executive : V.M. Suryawanshi To Department: MATERIAL-PURCHASE Purchasing Executive: V.M. Suryawanshi Telephone No:+91 23763408 Fax No:+91

More information

STANDARD TERMS AND CONDITIONS OF SUPPLY (INDIGENOUS EQUIPMENT / MACHINERY) INDEX

STANDARD TERMS AND CONDITIONS OF SUPPLY (INDIGENOUS EQUIPMENT / MACHINERY) INDEX STANDARD TERMS AND CONDITIONS OF SUPPLY (INDIGENOUS EQUIPMENT / MACHINERY) INDEX 1. GENERAL 2. QUOTATIONS AND ORDER ACCEPTANCE TERMS 3. PACKING, SHIPPING, INSURANCE & FREIGHT DETAILS, AND DELIVERY 4. GUARANTEE

More information

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB)

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB) Document No. HY:MM:ITB Rev:01 BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB) ( Attachment to Enquiry No. - Due on Date... for submission by 11.00 hrs to open from 14.00

More information

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

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

More information

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

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair pééuiéïré xéôcéléé méëéæ±éåìaémüð AÍpÉMüsmÉlÉÉ LuÉÇ ÌuÉÌlÉqÉÉïhÉ xéçxjéélé MüÉÇcÉÏmÉÑUqÉ Indian Institute of Information Technology, Design and Manufacturing Kancheepuram, Melakkottaiyur, Chennai 600 127,

More information

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

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

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

More information

BURN STANDARD COMPANY LIMITED

BURN STANDARD COMPANY LIMITED BURN STANDARD COMPANY LIMITED (A Government of India Undertaking) MINISTRY OF RAILWAY 22 B, Raja Santosh Road, ALIPORE, KOLKATA 700 027 Phones : 033-24484633 / 24488851 / 24799464 Fax No. : 0091-33-24488846

More information

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

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

More information

Procurement of Licences of Business Objects BI Platform

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

More information

(Tender Sl. No.) TENDER DOCUMENT FOR PURCHASE OF WATER WASHABLE NYLO PLATES FOR CTOP SYSTEM Tender No. 45/2012 dated 07 August M/s.

(Tender Sl. No.) TENDER DOCUMENT FOR PURCHASE OF WATER WASHABLE NYLO PLATES FOR CTOP SYSTEM Tender No. 45/2012 dated 07 August M/s. Standard Bidding Document (SBD) (Procurement of Goods and Services) CURRENCY NOTE PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik

More information

NOTICE INVITING TENDERS

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

More information

TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT

TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT P.O. Box 19843,83809 Khaitan, Kuwait. Tel.: + 965 24723696 Fax: + 965 2476 6712. Email:mmtech.tcilkuwait@gmail.com To, Sub: Request for offer (RFO) for Supply

More information

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

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

More information

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station AT/P.O: BANHARPALI,; DIST.: JHARSUGUDA, PIN:768234(ODISHA), INDIA Tel. 06645 289354 / 289355 / 289356, Fax: 06645 289355. E mail: bn.das@opgc.co.in;bkmishra@opgc.co.in;purchase@opgc.co.in; SAFE & CLEAN

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

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

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

More information

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below: Heavy Engineering Corporation Heavy Machine Building Plant (A Govt of India Enterprises) Ranchi- 834004 (INDIA) Phone: 0651-2400921 0651-2401349 Fax: 0651-2401166, 2401571 E-mail: purhmbp@hecltd.com LIMITED

More information

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013.

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013. Date: - 22/10/2013 CORRIGENDUM Tender For Self-Inflating Bag NIT Issue Date : September 09, 2013. Pre Bid Meeting held on : September 20, 2013 at 3:00 PM Initial Date of Submission : October 04, 2013 at

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

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 FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON 17.07.2012 Registrar THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the

More information

Annexure - C to TENDER STANDARD COMMERCIAL TERMS & CONDITIONS [FORMAT TO BE FILLED-UP BY THE SUPPLIER]

Annexure - C to TENDER STANDARD COMMERCIAL TERMS & CONDITIONS [FORMAT TO BE FILLED-UP BY THE SUPPLIER] S No. BHEL Standard Terms Supplier Confirmation Deviation 01 Price: Supplier shall be quoted on "FIRM PRICE" basis only. No price variation clause will be entertained. 02 Terms of Delivery: (a) Indigenous

More information

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata GOVERNMENT OF INDIA Zoological Survey of India Kolkata-700053 REQUEST FOR PROPOSAL FOR ANNUAL MAINTENANCE CONTRACT OF SCANNING ELECTRON MICROSCOPE SINGLE BID SYSTEM Ref. No ZSI/NIT/STORES/06/2017-18 Date:

More information

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

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

More information

Central University of Orissa

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

More information

Special Instructions:- To,

Special Instructions:- To, BHARAT SANCHAR NIGAM LIMITED ( A Govt. of India Enterprise ) TELECOM FACTORY KHARAGPUR AN ISO 9001-2000 CERTIFIED UNIT P.O.- Rakhajungle, Kharagpur 721 301 PHONE: (03222) 233488/ 87/ 233233 FAX: (03222)

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

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT MARKETING DEPARTMENT BSO- HQSALES D BLOCK, PROJECT OFFICE VISAKHAPATNAM - 530 031 TEL: 0891 2706945 FAX: 0891 2518460 TENDER NOTICE Ref. No : VSP/MKTG/HQS/14-15/01

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

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

CURRENCY NOTE PRESS: NASHIK ROAD (A unit of Security Printing and Minting Corporation of India Ltd.) Wholly owned by Govt. of India.

CURRENCY NOTE PRESS: NASHIK ROAD (A unit of Security Printing and Minting Corporation of India Ltd.) Wholly owned by Govt. of India. CURRENCY NOTE PRESS: NASHIK ROAD (A unit of Security Printing and Minting Corporation of India Ltd.) Wholly owned by Govt. of India. Telephone No. :0253 246730-39 Fax : 0253 2466333/ 2464100 TENDER NOTICE

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

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Emergent Tender Notice(LIFE JACKETS) Sealed tenders are invited for supply of following

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

DATED: DUE ON

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

More information

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

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

More information

Bharat Heavy Electricals Limited

Bharat Heavy Electricals Limited Tender No: - 631230058/TE/D/80 Dt: 07.03.2014 TENDER NOTICE Sealed Tenders are invited in two part bid system, for the Procurement of items as per Brief Scope for Fabrication Plant. General- Date/ time

More information

The scope of third party inspection shall be as under:

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

More information

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

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING.

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING. TENDER FOR Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus in the Department of COMMPUTER SCIENCE & ENGINEERING. BIT MESRA, Ranchi Tender No.: IW/000074 Tender date: 07 th

More information

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043, TEL (033) 2439-7415, 2439-4114, 2439-6613, 2439-7413. FAX: +91 33 2439 7632 / 5607 E-mail : braithwaite_co@yahoo.com, web site:

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

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

HINDUSTAN SHIPYARD LTD.

HINDUSTAN SHIPYARD LTD. HINDUSTAN SHIPYARD LTD. (A GOVT. OF INDIA UNDERTAKING) ISO 9001 2008 COMPANY Tel: +91 9493792218, Tele fax: +91 891 2577502/2577356 Email: purchase.hsl@gov.in Web: www.hsl.nic.in, www.eprocurehsl.gov.in,

More information

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

STATE BLOOD TRANSFUSION COUNCIL, ODISHA Letter No.: 0940(3)/SBTC Dated: 04/08/ 2016 To The Advertisement Manager, The Samaja /The Sambad/ New India Express Sub: - Release of advertisement. Sir, Enclosed please find a copy of the advertisement

More information

INSTRUCTIONS TO BIDDER (ITB)

INSTRUCTIONS TO BIDDER (ITB) Sl. No. HRT HEVY ELECTRICLS LTD., RC.PURM, HYDERD INSTRUCTIONS TO IDDER (IT) ( ttachment to Enquiry No. P81M15802 Dt:30.08.2013 Due Dt:13.09.2013. NOTE: idder to confirm affirmative by typing "YES" in

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

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

More information

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

Washed & Dried Silica Sand

Washed & Dried Silica Sand . ISO 9001:2008 &14001:2004 NAVARATNA COMPANY MATERIAL MANAGEMENT (PURCHASE) CENTRAL FOUNDRY FORGE PLANT,BHEL HARDWAR RANIPUR, HARIDWAR (INDIA) 249403 Phone No.+91-1334-281277/284684, FAX No. 225892 e-mail:

More information

BALMER LAWRIE & CO. LTD.

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

More information

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

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

More information

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees LIST OF CONTENTS Sl. No. DESCRIPTION 1. Annexure I : Pre-Qualification Criteria 2. Annexure II : Instruction to Bidders 3.

More information

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

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

More information

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

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

More information

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

More information

Tender 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

BURN STANDARD CO. LTD.

BURN STANDARD CO. LTD. BURN STANDARD CO. LTD. ( A Government of India Undertaking ) MINISTRY OF RAILWAYS 22 B, RAJA SANTOSH ROAD ALIPUR, KOLKATA 700 027 Phones : 033-24484633 / 24488851 / 24799464 Fax No. : 0091-33-24488846

More information

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

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

More information

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

GST related Corrigendum to GCC Rev 06

GST related Corrigendum to GCC Rev 06 Clause Ref: Existing Clause as: Replaced/ New Clause as: Clause No.4 of GCTC (General commercial terms and conditions) TAXES AND DUTIES 4.1 CGST/SGST/UTGST/IGST that TAXES AND DUTIES 4.1 EXCISE DUTY 4.1.1

More information

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

BHEL : ROD : MUMBAI NOTICE INVITING TENDER BHEL : ROD : MUMBAI NOTICE INVITING TENDER The bidder should ensure the pre-qualification criteria set in the Technical Bid Part A before submission of the bid: Unit : ROD Mumbai Address : 15 th Floor,

More information

TENDER NO : CTR/LDH/1810/Mach/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

TENDER NO : CTR/LDH/1810/Mach/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER IMPORTANT: TENDERERS SHOULD READ THE TENDER PAPERS CAREFULLY; SUBMISSION OF TENDER SHALL MEAN THAT THE TENDERER HAS READ AND UNDERSTOOD ALL THE TERMS AND CONDITIONS OF THE TENDER AND AGREES AND BINDS HIMSELF/THEMSELVES

More information

TENDER FOR SALE OF EMPTY STEEL (MS) SCRAP BARRELS ON AS IS WHERE IS BASIS AT BPCL INSTALLATION AND WAREHOUSE

TENDER FOR SALE OF EMPTY STEEL (MS) SCRAP BARRELS ON AS IS WHERE IS BASIS AT BPCL INSTALLATION AND WAREHOUSE Telephone: 022-23702047 From: BPCL, Wadilube Inst. Malet Rd., Telegram : WADILUB Address: Wadibunder, Mumbai 400 009. Telex/Fax: 022-23772986 Date: 03.07.2009 Email: sandeepshamarthis@bharatpetroleum.in

More information

MANAGER MAINTAINANCE (STR)

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

More information

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: Due date:

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: Due date: (Regd. Office: 21, N.S.Road, Kolkata-700001) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: 16.11.17 Due date: 28.11.17 Sub: Online e bidding for Supply of Sulphur Di Oxide in Tonners 1 INTRODUCTION Balmer

More information

GST NO: 36AAACT8873F1Z1

GST NO: 36AAACT8873F1Z1 THE SINGARENI COLLIERIES COMPANY LIMITED (A GOVERNMENT COMPANY) PURCHASE DEPARTMENT RAMGUNDAM AREA -1 GODAVARIKHANI DIST: PEDDAPALLI TELANGANA (STATE) 505 209 TELEPHONE: 91-08728-244254, 244216 TELE FAX:

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

Name : MRS.REJINA/MR.PURSHOTTAM. TELEPHONE NO /

Name : MRS.REJINA/MR.PURSHOTTAM. TELEPHONE NO / Type of Organisation : SERVICE PROVIDER (AVIATION INDUSTRY) Tender Title : Tender Ref. No. : 1415/PHL/WR/MAT/LT/TE-13 Product Category : CONSUMABLE Sub Category : Tender Value : APPROX.RS.236600/- Tender

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

Tender Notice. Tender no. : SIC/HO/TISDC/AU-18 Date : 9 th May, 2012

Tender Notice. Tender no. : SIC/HO/TISDC/AU-18 Date : 9 th May, 2012 Tender Notice National Small Industries Corporation Limited NSIC Bhawan Okhla Industrial Estate New Delhi-110020 Tel: +91-11-26926275/26910979 Email: tech@nsic.co.in Tender no. : SIC/HO/TISDC/AU-18 Date

More information

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

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

More information

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY REQUEST FOR PROPOSAL FOR ANNUAL RATE CONTRACT OF VARIOUS CHEMICALS, GLASSWARES & LABWARES ITEMS INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MMD, IIT Bombay Page No.1 o f 16 Table of Contents SECTION 1 BID SCHEDULE

More information

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

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

More information

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

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE NATIONAL INSURANCE ACADEMY BALEWADI, PUNE 411 045 TENDER DOCUMENT FOR MAINTENANCE OF LPG DISTRIBUTION SYSTEM 2019-2021 NATIONAL INSURANCE ACADEMY, 25, BALEWADI, BANER ROAD, N.I.A. POST OFFICE PUNE 411

More information

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

! # $%&&!# '++(%)   $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # ! 0 ' 3  / 5 * ( 9  ' %!00%%35: !# $%&&!# %+&0 $ % & ' # ( ' ) * +, -*. / # 1 2* 32 *4 # # 1 2'( '()& *%%'++%,-.%+'/%& '++(%)! # % #! 0 ' 3 4565758 / 5 * ( 9 ' %!00%%35: ! #$%$&'&$()*%+,*$ -$ ' &(()*%+,*$ '%&0%'++%# %+&0 % 6789 $ 67

More information

Tender Document. T e n d e r N o.: 253-ITPO (9)/ST/ TENDER. for

Tender Document. T e n d e r N o.: 253-ITPO (9)/ST/ TENDER. for India Trade Promotion Organization Store Division Prantik Building, Near Gate No.1, Pragati Maidan, New Delhi 110001 Telephone No. 011-23378645, Fax No. 23371492 Tender Document T e n d e r N o.: 253-ITPO

More information

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES INVITATION FOR QUOTATIONS FOR CONSTRUCTION OF CIVIL WORKS UNDER SHOPPING PROCEDURES To Dear Sirs, Sub : INVITATION FOR QUOTATIONS FOR CONSTRUCTION

More information

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

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

More information

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

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

More information

Ref No: NITP/Proc/16-17/13 Date:

Ref No: NITP/Proc/16-17/13 Date: NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India) ASHOK RAJPATH, PATNA-800 005 (BIHAR) Ph. 0612-2371715,2372715,2371929 Fax-061-2660480 Website- www.nitp.ac.in

More information

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT Page 1 of 9 INTRODUCTION AND GENERAL COMMERCIAL DETAILS 1. The tenderer shall be required to submit the

More information

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata GOVERNMENT OF INDIA Zoological Survey of India Kolkata-700053 REQUEST FOR PROPOSAL FOR ANNUAL MAINTENANCE CONTRACT OF MICROSCOPE SINGLE BID SYSTEM Ref. No ZSI/NIT/STORES/05/2015 Date: Oct 15 On behalf

More information

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE Heavy Engineering Corporation Heavy Machine Building Plant (A Govt of India Enterprises) Ranchi- 834004 (INDIA) Phone: 0651-2400921 0651-2401349 Fax: 0651-2401166, 2401571 E-mail: purhmbp@hecltd.com LIMITED

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

(REACCREDITED BY NAAC IN GRADE A

(REACCREDITED BY NAAC IN GRADE A JAMIA HAMDARD (HAMDARD UNIVERSITY) (REACCREDITED BY NAAC IN GRADE A ) HAMDARD NAGAR, NEW DELHI-62 Phone: 91-011-26059688 (12 Lines): Telefax: 26059663 Ext. 5326 Website: www.jamiahamdard.edu (JH/PS/TENDER/20

More information

Telephone : Fax :

Telephone : Fax : OFFICE OF THE ASSISTANT COMMISSIONER OF CENTRAL EXCISE, CUSTOMS & SERVICE TAX, COIMBATORE III DIVISION 1237, ELGI BUILDING, TRICHY ROAD, COIMBATORE 641 018 Telephone : 0422 2306173 Fax : 0422-2300702 NOTICE

More information

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM. No: GR-II/R-68/18-19 Date: Tender due:

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM. No: GR-II/R-68/18-19 Date: Tender due: VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM No: GR-II/R-68/18-19 Date: 08-08-2018 Tender due:04-09-2018 Please submit by 12.00 noon with our enquiry number duly super scribed,

More information

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata 700 001. OIL INDIA LIMITED invites indigenous competitive bid through its e-procurement portal https://etender.srm.oilindia.in/irj/portal

More information

TENDER NOTICE Ref.No : VSP/MKTG/BP/13-14/03 DT Sub: Notice inviting open tender for sale of Coke Dust (Bunker) - reg

TENDER NOTICE Ref.No : VSP/MKTG/BP/13-14/03 DT Sub: Notice inviting open tender for sale of Coke Dust (Bunker) - reg RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT MARKETING DEPARTMENT BYPRODUCTS SECTION ROOM NO:58, D BLOCK, PROJECT OFFICE VISAKHAPATNAM - 530 031 TEL: 0891 2518030 FAX: 0891 2518474 TENDER NOTICE

More information

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot. Page 1 of 7 RFQ No:- Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot. ESTIMATED AMOUNT:- Rs. 1,00,000/- Tender Notice No:-

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

Tender Notice. For. Purchase of Laptops

Tender Notice. For. Purchase of Laptops Tender Notice For Purchase of Laptops TENDER NO. : IIM-R-828 DATE: 18/10/2012 NAME OF WORK : Purchase of Laptops Important Information : 1. Tender document downloading : From 18/10/2012 To 02/11/2012 2.

More information

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

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

More information

GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT

GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT S.N. DESCRIPTION Date & Time 1. Last date and time for receipt of tender 30.10.2014 up to 4.00 P.M. 2. Date & Time of opening

More information

Section VIII. Special Conditions of Contract

Section VIII. Special Conditions of Contract Section VIII. Special Conditions of Contract 8-1 Section VIII. Special Conditions of Contract The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC).

More information