Expression of Interest for Preparation of Detailed Project Report For

Size: px
Start display at page:

Download "Expression of Interest for Preparation of Detailed Project Report For"

Transcription

1 Expression of Interest for Preparation of Detailed Project Report For Renovation & Rehabilitation of Sewage Treatment Plant (STP), Sewage Pumping Station (SPS), Sewer Network and allied works at following ULBs (i) Bansberia, (ii) Hooghly Chinsurah and Chandannagore, (iii) Bhadreswar, (iv) Baidyabati, (v) Champdani on the West Bank of River Hughli (Ganga), West Bengal under Namami Gange Program. SUPERINTENDING ENGINEER (NORTH CIRCLE) GAP Sector Kolkata Metropolitan Development Authority

2 CONTENTS VOL. I SECTION 1: NOTICE INVITING e- EXPRESSION OF INTEREST.1 SECTION 2 : INSTRUCTIONS TO BIDDERS 11 SECTION 3 : SECTION 3A SECTION 3B SECTION 3C SECTION 3D ANNEXURES...37 FORM OF BID FORM OF AGREEMENT UNDERTAKING FOR NOT BLACKLISTED SECTION UNDERTAKING FOR TECHNICAL MANPOWER DEPLOYMENT SECTION 4 : GENERAL CONDITIONS OF CONTRACT...46 VOL. II FINANCIAL OFFER..62

3 VOL. I - SECTION 1 NOTICE INVITING e- EOI Tenderer s Signature and Stamp Page 1

4 KOLKATA METROPOLITAN DEVELOPMENT AUTHORITY GANGA ACTION PLAN SECTOR, KMDA, UNNAYAN BHAWAN, BLOCK D (1 ST FLOOR), SALT LAKE CITY, KOLKATA No. : 96/SE(N)/GAP/ KMDA /T-1 Dated : 05/01/2015 DETAILED e QUOTATION NOTICE NO. : KMDA/GAP/SE(N)/NIQ- 04/ Notice Inviting e-quotation No.- KMDA / GAP / SE (N) / NIQ 4 / of the Superintending Engineer (North Circle), invites e-quotation for the work detailed in the table below. (Submission of Bid through online) Sl. No. Name of Work Estimated Amount (Rs.) Bid Security Money (Rs.) Period of Completion 1. Expression of Interest for Preparation 50,000/- 77 days (up to item of Detailed Project Report for (Rupees one lakh) no. 3) of Time Renovation & Rehabilitation of only in the form schedule for Sewage Treatment Plant (STP), To be quoted of Bank Draft/ important Sewage Pumping Station (SPS), Sewer by the bidders Pay Order in deliverables (the Network and allied works at favour of GAP Key Dates ) of the following ULBs (i) Bansberia, (ii) Sector, KMDA Consultancy) Hooghly Chinsurah and payable at till completion Chandannagore, (iii) Bhadreswar, (iv) Kolkata. Baidyabati, (v) Champdani on the West Bank of River Hughli (Ganga), West Bengal under Namami Gange Program. Corrigendum/Addendum if any would be published on the website only. The Quotation Inviting Authority reserves the right to accept or reject any application/ Quotations without assigning any reasons whatsoever. Tenderer s Signature and Stamp Page 2

5 1. In the event of e-filling, intending bidder may download the quotations documents from the website and directly with the help of Digital Signature Certificate. All the bidders will have to submit Bid security money by Demand Draft / Banker s Cheque to be issued from any scheduled bank in favour of the Kolkata Metropolitan Development Authority payable at Kolkata and also to be documented through e-filling. The Lowest bidder shall submit the hard copy of the Demand Draft / Banker s Cheque under sealed cover (super scribing the name of work with e-niq No) to the Office of SE (N), GAP Sector, Kolkata Metropolitan Development Authority at Salt Lake, Kolkata with his acceptance letter of the LOI (Letter of Intent). Failure to submit the hard copy with the acceptance letter within the time period prescribed for the purpose may be construed as an attempt to disturb the quotation process and dealt with accordingly legally including blacklisting of the bidder. 2. Both the Technical Bid and Financial Bid are to be submitted through online. 3. Quotation documents will be downloaded from website and submission of Technical Bid and Financial Bid will be done as per Time Schedule of this e-niq. 4. The FINANCIAL OFFER of the prospective qualified bidder (s) will be considered only if the TECHNICAL BID of the bidder(s) is found qualified by competent authority of Kolkata Metropolitan Development Authority. The decision of the competent authority of Kolkata Metropolitan Development Authority will be final and absolute in this respect. 5) Eligibility criteria for participation in the quotation. (1) As per NIQ detail table (Sl. No. 1) above. Income Tax Acknowledgement Receipt for the latest Assessment year, Professional Tax Deposit Challan for the year , Pan Card, Service Tax Registration Certificate are to be accompanied with the Technical Bid Documents. [Non-statutory documents] The prospective bidders or any of their constituent partner shall neither have abandoned any work nor any of their contract have been rescinded during the last 5 (five) years. Such abandonment or rescission will be considered as disqualification towards eligibility. (A declaration in this respect through affidavit has to be furnished by the prospective bidders without which the Technical Bid shall be treated as non-responsive.) Tenderer s Signature and Stamp Page 3

6 The prospective bidders should own or arrange through lease hold registered agreement, the required plant and machineries. Conclusive proof of ownership in favour of owner or leaser of plant and machineries in working condition shall have to be submitted. (Ref. Section B, Form III) [Non-statutory documents] Registered Partnership Deed for Partnership Firm only along with Power of Attorney is to be submitted. The company shall furnish the Article of Association and Memorandum. [Non-statutory documents] Joint Ventures will be allowed. 1. Partnership Firm / Consortium should submit necessary deed in hard copy along with Sl. No. (s) above. Particulars regarding Joint Venture / Consortium :- 2. One of the Partner of any Joint Ventures / Consortium has to be designed as Lead Partner and the same will be mentioned in MoA / MoU. 3. Bid from Joint Ventures / Consortium shall be accompanied by a copy of MoA / MoU on a Stamp Paper of Rs. 100/- outlining the joint interest to work on the project and specifying the other terms of agreement. The lead partner must hold 51% equity capital of the Company to be formed between them during the tenure of contract implementation. 4. The successful Joint Ventures / Consortium will have to form a special purpose vehicle (S. P. V.) register the same under Indian Company s Act. 5. The lead partner must have credential and satisfactory completion of works of completion cost not less than 50% value of qualifying amount i.e. 25% of the estimated cost under present quotation in a single contract under any Govt. / Semi Govt. / Autonomous Body as Principal Employer within last 5 years. 6. Each of the other partners shall meet individually not less than 25% of the qualifying amount (i.e. 12.5% of the estimated cost under present quotation in a single contract under any Govt. / Semi Govt. Organisation / Autonomous Body as Principal Employer within last 5 years. Tenderer s Signature and Stamp Page 4

7 However, the lead partner along with other partner / partners should jointly meet at least 100% of the qualifying amount i.e. 50% of the estimated cost. 7. The lead partner shall have to apply for quotation on behalf of Joint Ventures / Consortium along with MoA / MoU. 8. In case of any litigation or in the event of any default arises during the execution / contract period of the agreement, the lead partner will remain fully responsible. 9. The Successful Joint Ventures / Consortium will have to submit Service Tax Registration Certificate / PAN Card / Trade License immediately after issuance of L. O. I. A prospective bidder shall be allowed to participate in a particular job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job, all his applications will be rejected for that job, without assigning any reason thereof. No mobilisation advance and secured advance will be allowed. Security Deposit: Retention money towards performance Security amounting to 10% (ten percent) of the value of the work shall be deducted from the running account bill of the quotationer as per prevailing order. No interest will be paid on Security Deposit. Agencies shall have to arrange land for erection of Plant & Machineries, storing of materials, labour shed, laboratory etc. at their own cost and responsibility. All materials required for the proposed work shall be of specified grade inconformity with relevant code of practice (latest revision) accordingly and shall be procured and supplied by the agency at their own cost including all taxes. If required by the Engineer in Charge, further testing from any Government approved Testing Laboratory shall have to be conducted by the agency at their own cost. Constructional Labour Welfare 1% (one percent) of cost of construction will be deducted from every bill of the selected agency. There shall be no provision of Arbitration. Tenderer s Signature and Stamp Page 5

8 Bid shall remain valid for a period not less than 120 (One Hundred Twenty) days from the last date of submission of Financial Bid / Sealed Bid. If the bidder withdraws the bid during the validity period of bid, the earnest money as deposited will be forfeited forthwith without assigning any reason thereof. 6) Date and Time Schedule: Sl. No. Particulars Date & Time 1. Date of uploading of N.I.Q. & other Documents (Online) (Publishing Date) Documents download/sell start date (Online) at Documents download/sell end date (Online) at Site Visit & Pre-bid meeting to be held at VIP Conference Hall, Unnayan Bhavan, Kolkata at Bid submission start date (Online) at Bid Submission closing (Online) at Bid opening date for Technical Proposals (Online) Date of uploading the final list of Technically Qualified Bidder (Online) after disposal of appeals, if any at at Date for opening of Financial Proposal (Online) To be later on 7) The Prospective Bidder shall have to execute the work in such a manner so that appropriate service level of the work is maintained during progress of work and a period of 1 (One) year from the date of successful completion of the work to the entire satisfaction of the Engineer in Charge. If any defect / damage is found during the period as mentioned above, the contractor shall make the same good at his own cost to the specification at par with instant project work. On failure to do so, penal action against the contractor will be imposed by the Department as deem fit. The contractor may quote his rate considering the above aspect. Tenderer s Signature and Stamp Page 6

9 Refund of Security Deposit will only be made after successful maintaining of appropriate service level of the work as mentioned above for 1 (One) year from the date of completion of the work. 8) Site of work and necessary drawings may be handed over to the agency phase wise. No claim in this regards will be entertained. 9) Earnest Money: The amount of Earnest 2% (Two Percent) of the Estimated Amount put to quotation in the shape of Bank Draft / Pay Order of any nationalised bank drawn in favour of the, GAP Sector, KMDA payable at Kolkata against the work as per the NIQ. 10) The Bidder, at his own responsibility and risk is encouraged to visit and examine the site of works and its surroundings and obtain all information s that may be necessary for preparing the Bid and entering into a contract for the work as mentioned in the Notice Inviting Quotation, before submitting offer with full satisfaction, the cost of visiting the site shall be at his own expense. 11) The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The quotation accepting authority of GAP Sector, KMDA reserves the right to accept or reject any offer without assigning any reason whatsoever and is not liable for any cost that might have been incurred by any Quotationer at the stage of Bidding. 12) Refund of EMD: The Earnest Money of all the unsuccessful quotationers deposited in favour of GAP Sector, KMDA will be refunded by the said Superintending Engineer (North) on receipt of application from quotationers. 13) Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in Instructions to Bidders stated in Section A before quotationing the bids. 14) Conditional / Incomplete quotation will not be accepted under any circumstances. Tenderer s Signature and Stamp Page 7

10 15) The intending quotationers are required to quote the rate online. 16) Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act (b) Apprentice Act and (c) Minimum wages Act of the notification thereof or any other laws relating thereto and the rules made and order issued there under from time to time. 17) During scrutiny, if it comes to the notice of the quotation inviting authority that the credential or any other paper found incorrect / manufactured / fabricated, that bidder would not be allowed to participate in the quotation and that application will be rejected without any prejudice. 18) The Superintending Engineer (North Circle), GAP Sector, KMDA reserves the right to cancel the N.I.Q. due to unavoidable circumstances and no claim in this respect will be entertained. 19) Before issuance of the WORK ORDER, the quotation inviting authority may verify the credential and other documents of the lowest quotationer if found necessary. After verification if it is found that the documents submitted by the lowest quotationer is either manufactured or false in that case work order will not be issued in favour of the said Quotationer under any circumstances. 20) If any discrepancy arises between two similar clauses on different notification, the clause as stated in later notification will supersede former one in following sequence: (1) Form No. I (2) N.I.Q. (3) Terms & Conditions (4) Technical Bid (5) Financial Bid Tenderer s Signature and Stamp Page 8

11 21) Qualification criteria: The quotation inviting and Accepting Authority through a Quotation Evaluation Committee will determine the eligibility of each bidder. The bidders shall have to meet all the minimum criteria regarding: (1) Financial Capacity (2) Technical Capability comprising of personnel & equipment capability (3) Experience / Credential The eligibility of a bidder will be ascertained on the basis of the document(s) in support of the minimum criteria as mentioned in (a), (b) & (c) above and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate value duly notarized. If any document submitted by a bidder is either manufactured or false, in such cases the eligibility of the bidder / quotationer will be rejected at any stage without any prejudice 22) No. price preference and other concession as per order no. 1110F dated: 10/02/2006 will be allowed. SUPERINTENDING ENGINEER NORTH CIRCLE, G. A. P. SECTOR, K. M. D. A. Tenderer s Signature and Stamp Page 9

12 Memo No. : 96/1(13) / SE(N) / GAP / KMDA / T 1 Dated : 05/01/2015 Copy forwarded for information to: - 1. The Principal Secretary, UD Department, Government of West Bengal 2. The Chief Executive Officer, KMDA 3. The Hon ble Chairman, Bansberia Municipality, Hooghly Chinsurah Municipality and Chandannagore Municipal Corporation, Bhadreswar Municipality, Baidyabati Municipality and Champdani Municipality. 4. The Director General, GAP Sector, KMDA 5. The Chief Engineer- GAP Sector/ T & T Sector/BSUP Sector/ SD & SWM Sector/ AD Sector/ RE Sector/W.S Sector/ MDP Sector/ Materials Sector/ E & M Sector, KMDA. 6. The Program Director, SPMG, Nagarayan, Salt Lake, Kol The Director of Finance, KMDA. 8. The Superintending Engineer (SOUTH CIRCLE), GAP Sector, KMDA. 9. The Executive Engineer, GPCD (NM)/ (SC)/(SM)/ (GR)/ (WEST)/ West Bank Division, GAP Sector, KMDA. 10. The A.C.F.A., GAP Sector, KMDA. 11. Notice Board, Superintending Engineer (NORTH CIRCLE), GAP Sector, KMDA. 12. Head Estimator, Superintending Engineer (NORTH CIRCLE), GAP Sector, KMDA. 13. Copy along with 3 (three) extra copies forwarded to the Dy. Director, P.R.O., KMDA with request to publish the QUOTATION NOTICE in the Website SUPERINTENDING ENGINEER NORTH CIRCLE, G. A. P. SECTOR, K. M. D. A. Tenderer s Signature and Stamp Page 10

13 VOL. I - SECTION 2 INSTRUCTIONS TO BIDDERS Tenderer s Signature and Stamp Page 11

14 A. General General guidance for e-quotationing 1. Scope of Bid 2. Eligible Bidders 3. Qualification of the Bidder 4. Participation in Bids 5. Cost of Bidding 6. Site Visit B. EOI Documents 7. Content of EOI Documents 8. Clarification of EOI Documents 9. Amendment of EOI Documents VOL. I SECTION 2. INSTRUCTIONS TO BIDDERS Table of Clauses C. Preparation of Bids 10. Language of Bids 11. Documents comprising the Bid - Deleted 12. Bid Prices 13. Currencies of Bid and Payment 14. Bid Validity 15. Bid Security 16. Pre-Bid Meeting 17. Format and Signing of Bid D. Submission of Bids 18. Sealing and Marking of Bids 19. Deadline for Submission of Bids 20. Late Bids 21. Modification and Withdrawal of Bids E. Bid Opening and Evaluation 22. Bid Opening 23. Process to be Confidential 24. Clarification of Bids / Breakdown of lump sum fees 25. Examination of Bids and Determination of Responsiveness 26. Correction of Errors 27. Evaluation and Comparison of Bids F. Award of Contract 28. Award 29. Employer's Right to Accept any Bid and to Reject any or all Bids 30. Notification of Award 31. Signing of Agreement 32. Performance Security/Guarantee 33. Annulment of the Award 34. Issue of Notice to Commence Tenderer s Signature and Stamp Page 12

15 Vol. I - Section 2 Instructions to Bidders VOL. I SECTION 2. INSTRUCTIONS TO BIDDERS Request for Expression of Interest (R EoI) to hire the Consultancy Services for Expression of Interest for Preparation of Detailed Project Report for Renovation & Rehabilitation of Sewage Treatment Plant (STP), Sewage Pumping Station (SPS), Sewer Network and allied works at following ULBs (i) Bansberia, (ii) Hooghly Chinsurah and Chandannagore, (iii) Bhadreswar, (iv) Baidyabati, (v) Champdani on the West Bank of River Hughli (Ganga), West Bengal under Namami Gange Program. Terms of Reference (TORs) for Consultancy Services to assess the catchment area, concept and design for Expression of Interest for Preparation of Detailed Project Report for Renovation & Rehabilitation of Sewage Treatment Plant (STP), Sewage Pumping Station (SPS), Sewer Network and allied works at following ULBs (i) Bansberia, (ii) Hooghly Chinsurah and Chandannagore, (iii) Bhadreswar, (iv) Baidyabati, (v) Champdani on the West Bank of River Hughli (Ganga), West Bengal under Namami Gange Program. General guidance for e-quotationing: Instructions / Guidelines for electronic submission of the quotations have been annexed for assisting the contractors to participate in e- Quotationing. i. Registration of Contractor: Any contractor willing to take part in the process of e-quotationinging will have to be enrolled & registered with the Government e-procurement System, through logging on to (the web portal of GAP Sector, KMDA the contractor is to click on the link for e-quotationing site as given on the web portal. ii. Digital Signature certificate (DSC): Each contractor is required to obtain a Class II or Class III Digital Signature Certificate (DSC) for submission of quotations from the approved service provider of the National Informatics Centre (NIC) on payment of requisite amount. Details are available at the Web Site stated in Clause A.1. above. DSC is given as a USB e-token. Tenderer s Signature and Stamp Page 13

16 Vol. I - Section 2 Instructions to Bidders iii. The contractor can search & download N.I.Q. & Quotation Document(s) electronically from computer once he logs on to the website mentioned in Clause A.1. using the Digital Signature Certificate. This is the only mode of collection of Quotation Documents. iv. Participation in more than one work: A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job all his applications will be rejected for that job. v. Submission of Quotations: Quotations are to be submitted through online to the website stated in Clause A.1. in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date and time using the Digital Signature Certificate (DSC). The documents are to be uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed into non readable formats). Technical Proposal: The Technical proposal should contain scanned copies of the following in two covers (folders). (a). Statutory Cover Containing the following documents: 1) Demand Draft towards Earnest Money (EMD) as prescribed in the N.I.Q. against each of the serial of work in favour of the GAP Sector, KMDA. 2) KMDA Form No. - I 3) Volume -I, Section - 3A, 3C, 3D must be filled up properly and the same must be scanned and uploaded. 4) Annexure -I, II & III must be filled up properly and the same must be scanned and uploaded. 5) N.I.Q. (NIQ and FORM NO. - I must be downloaded properly and upload the same Digitally Signed). The rate will be quoted in the Financial Offer Quoted rate will be encrypted in the Financial Offer under Financial Bid. In case quoting any rate in the quotation is liable to be summarily rejected.) Tenderer s Signature and Stamp Page 14

17 Vol. I - Section 2 Instructions to Bidders b). Non-statutory Cover Containing the following documents: i. Professional Tax (P.T.) deposit receipt challan for the financial year , Pan Card, Income Tax Saral for the Assessment year , Service Tax Registration Certificate. ii. iii. iv. Registration Certificate under Company Act. (if any). Registered Deed of partnership Firm / Article of Association & Memorandum. Power of Attorney (For Partnership Firm / Private Limited Company, if any). v. For Registered Unemployed Engineers Co-operative Societies and Registered Labour Cooperative Societies having Credential for completion of at least one similar nature of work under the authority of State / Central Government, statutory bodies under State / Central Government constituted under the statute of the State / State Government having a magnitude of 60% (Sixty percent) of the Estimated amount put to quotation during the last 3 (Three) years prior to the date of issue of this N.I.Q. is to be furnished. [Ref. Sl. No. 5 (i) & 7 of this NIQ and (Section B, Form V)]. Scanned copy of Original Credential Certificate as stated in Sl. No. 5.(i). of N.I.Q. i. N.B. : Failure of submission of any of the above mentioned documents as stated in Sl. No. A.5.(a). and Sl. No. A.5.(b). will render the quotationer liable to be rejected for both statutory & non statutory cover. THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER Click the check boxes beside the necessary documents in the My Document list and then click the tab Submit Non Statutory Documents to send the selected documents to Non- Statutory folder. Next Click the tab Click to Encrypt and upload and then click the Technical Folder to upload the Technical Documents. Tenderer s Signature and Stamp Page 15

18 Vol. I - Section 2 Instructions to Bidders Sl. No. Category Name Sub-Category Description Detail(s). PAN A. Certificate(s) Certificate(s). P Tax (Challan). Service Tax Registration Certificate & Acknowledgement.. Latest IT Receipt ( ).. IT-Saral for Assessment year , , Bank Solvency Certificate within one year. B. Company Detail(s) Company Detail 1 Proprietorship Firm (Trade License) - Structure & Org.] Partnership Firm (Partnership Deed, Trade License) Ltd. Company (Incorporation Certificate, Trade License) Society Registration Copy, Trade License) Power of Attorney, Memorandum of Association and Articles of Association of the Company. C. Credential Credential -1 Credential -2 Similar nature of work done & completion certificate which is applicable for eligibility in this quotation. Tenderer s Signature and Stamp Page 16

19 Vol. I - Section 2 Instructions to Bidders Quotation Evaluation Committee (TEC) Evaluation Committee constituted by the Competent Authority of GAP Sector, KMDA will function as Evaluation Committee for selection of technically qualified bidders. Opening & evaluation of quotation: If any bidder is exempted from payment of EMD, copy of relevant Government Order (latest) needs to be furnished. Opening of Technical Proposal: Technical proposals will be opened by the Concerned Quotation Inviting Authority or his authorized representative electronically from the website using their Digital Signature Certificate (DSC). Intending quotationers may remain present if they so desire. Cover (folder) for Statutory Documents (Ref. Sl. No. A.5.(a).) will be opened first and if found in order, cover (folder) for Non-Statutory Documents (Ref. Sl. No. A.5.(b).) will be opened. If there is any deficiency in the Statutory Documents the quotation will summarily be rejected. Decrypted (transformed into readable formats) documents of the non-statutory cover will be downloaded & handed over to the Quotation Evaluation Committee. Summary list of technically qualified quotationers will be uploaded online. Pursuant to scrutiny & decision of the Quotation Evaluation Committee the summary list of eligible quotationers & the serial number of work for which their proposal will be considered will be uploaded in the web portals. During evaluation the committee may summon of the quotationers & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection. Tenderer s Signature and Stamp Page 17

20 Vol. I - Section 2 Instructions to Bidders 1. Financial Proposal The financial proposal should contain the following documents in one cover (folder) i.e. Financial Offer. The contractor is to quote the rate (Presenting Above / Below / At per) online through computer in the space marked for quoting rate in the Financial Offer. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor. Financial capacity of a bidder will be judged on the basis of information furnished in Section - B. Penalty for suppression / distortion of facts: If any quotationer fails to produce the original hard copies of the documents like Completion Certificates and any other documents on demand of the Quotation Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies, it may be treated as submission of false documents by the quotationer and action may be referred to the appropriate authority for prosecution as per relevant IT Act. Rejection of Bid: Employer reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer s action. Award of Contract The Bidder whose Bid has been accepted will be notified by the Quotation Inviting & Accepting Authority through acceptance letter / Letter of Acceptance. The notification of award will constitute the formation of the Contract. The Agreement in From No. I will incorporate all agreements between the Quotation Accepting Authority and the successful bidder. All the quotation documents including N.I.Q. & Financial Offer will be the part of the contract documents. After receipt of Letter of Acceptance, the successful bidder shall have to submit requisite copies of contract documents downloading from the website stated in Sl. No. 1 of N.I.Q. along with requisite cost through Demand Draft / Pay Order issued from any nationalised bank in favour of the GAP Sector, KMDA within time limit to be set in the letter of acceptance. Tenderer s Signature and Stamp Page 18

21 Vol. I - Section 2 Instructions to Bidders 1.0 Scope of Bid 1.1 Project Background A new union Ministry of Water Resources, River Development & Ganga rejuvenation (MoWR, RD & GR, GOI) has been created for bringing about a comprehensive approach on national priority to rejuvenate the river Ganga with a view to ensuring Aviral (continuous) and Nirmal (Pure) Dhara (flow) of Ganga and its ecological & geological integrity. Under the program named Namami Gange, KMDA under UD Department, Govt. of West Bengal proposes to undertake to renovation & up gradation of STP, SPS, Network and allied works to improve of the quality of river Ganga through implementation of pollution control abatement schemes in the east and west bank in KMA area. 1.2 Scope of Work The scope of the work under these terms of reference would consist of but not limited to the provisions laid down below. The Consultancy firm shall provide comprehensive planning and design services in respect of the work for Renovation & up gradation of STP, SPS, Network and allied works. The consultant shall assist in overall management of all the components of the project including physical, financial, social, environmental and institutional aspects. The consultant shall assist with formulation of project management plans and suggest counter or corrective measures to resolve project challenges and bottlenecks. Detail planning and designing of the sewerage networks and Infrastructure improvement of this area including the inflow lines coming to this area from other areas and the disposal of sewage from these areas to the existing main lines are included for submission under Namami Gange Mission, MoWR, RD & GR, GOI as per its guidelines in the Scope of work of this Agreement: Schedule of Services: The Technical Consultant shall, after taking instructions from the Client, render the following services: Tenderer s Signature and Stamp Page 19

22 Vol. I - Section 2 Instructions to Bidders The detailed scope of work to be performed by the consultant is described below: Task Task 1: To assess and quantify the peak volumetric flow rate of domestic and Industrial wastewater generated from nearby the catchment area of STP Sub-tasks a. Conduct a study of local hydro-geology drainage patterns b. Assessment of Domestic waste water Discharge, if any (waste water characterization and volume quantification). c. Assessment of peak flow d. Assessment of flow and organic loading that currently reaches in the STP inlet. e. Assessment of wastewater that is generated within the catchment, but is still not reaching the STP. f. Assessment of non-point sources within the catchment area that reaches the river Task 2: Assess the operational capacity of the existing STP a. Study the existing STP design (Physical and Functional) i. the design characteristics of individual units and electromechanical components in the existing STP ii. Drawings and flow diagrams with retention times iii. The basis for Design criteria viz. total inflow quantities estimated, quality of untreated waste water, final outlet quality iv. Assessment of flow and organic loading that is reaching the STP v. Assessment of quality of treated effluent, which is coming out of STP vi. Assessment of quality of wastewater of the drain, which is carrying treated waste water at the final disposal point b. To study all the SPSs in catchment of this existing STP and MPS and to assess the status of Electrical & Mechanical and also electro-mechanical equipment installed in these SPSs and their Civil Structure as well as rising mains. c. Assess the requirement of in-situ treatment facility of drain which directly discharge into the river. d. Site reconnaissance & assessment : based on present site condition, collection and review of the survey report other secondary data including relevant maps and other available documentation e. Preliminary Design or Development of concept plans as per CPHEEO Manual and NGRBA guideline in the form of plans and brief written description, substantiated with Tenderer s Signature and Stamp Page 20

23 Vol. I - Section 2 Instructions to Bidders appropriate drawings, sketches pertaining to the site under study and photographs, identifying board components with preliminary cost estimate. f. Environment and social assessment management plan (ESAMP) g. Governance and accountability action plan(gaap) h. Communication & Public Outreach i. Identification of infrastructure requirement j. Identification of skill development requirement Task 3: Preparation of gap analysis for upgradation of sewerage network and STP based on the inputs from task 1 and task 2. a. Study and analyse the current wastewater collection system b. Develop a gap-filling plan for both the sewerage network and STP to identify the areas that need to be strengthened to feed the required quantity to the existing STP. The outcome of d and of Task 1 and iv of Task 2 should be used in identification of data gaps. Discuss the options to collect and treat sewage into the existing STP for further treatment and disposal. c. Assess the capacity of the existing collection tank/wet well that feeds the existing STP. Estimation of capacity augmentation, if applicable. d. Identification of the space for the final collection point or buffer collection points and the proposed conveyance system of the collected waste water. e. To assess the additional requirement viz., space, units, equipment s etc., for the up-gradation of the STP Water f. Identification of the particular module/ equipment which require modification/replacement/up gradation with necessary justification g. Assessment of improvement in plant efficiency, remedial measures of damaged Mechanical & Electrical and also electro-mechanical equipment if any and reduction in waste load if balance wastewater is sent to STP (Task 1, f). h. Identify various alternatives for upgrading the STP Produce a concept for the upgraded existing sewer network and STP discussing two or three options i. Preparation of a detailed estimate on basis of Schedule of Rates of P.W.D, West Bengal. Rates of items which are not available in PWD, Schedule of Govt. of West Bengal, shall be adopted from other Schedule of Govt. of West Bengal or Tenderer s Signature and Stamp Page 21

24 Vol. I - Section 2 Instructions to Bidders CPWD Schedule or market rate. j. Perform a cost benefit analysis if the alternatives based on total cost, time required for completion, ease of maintenance, effluent quality, space requirement, sustainability of the operations, O&M for ten years and other environmental and social factors. k. Setting up appropriate protocol for Environmental Performance Monitoring of STP. Recommend the preferred alternative of the existing Sewer network and STP based on the above analysis Most recommended option duly keeping in view of sustainability of the existing STP. Task 4: Preparation of design and engineering drawings for the upgradation of the STP based on the preferred alternative Task 5: Preparation of Bidding documents and Supervision of STP up-gradation Task 6: Performance evaluation a. Prepare engineering designs, drawing and cost estimate for the upgraded sewer network and STP based on the preferred alternative Specifications of Electro-Mechanical and electrical components with existing electrical loading pattern b. Alternate plans for the management of waste water during up-gradation works c. Examining the utilization of biogas and other renewable energies for the operation of STP if suitable. d. Preparation of Specifications of works, Engineer s detail design, drawing & estimate based on extent of Rehabilitation required in this existing sewer line, SPS, MPS and STP for Civil, Mechanical and Electrical & Instrumentation works to be carried out. a. Prepare bill of quantities, specifications of services according to the NGRBA guidelines. b. Supervise the execution, rehabilitation and up-gradation works of the STP until it is successfully constructed and commissioned. c. Provide technical support to the client during the defects liability period. a. Stabilization of the upgraded STP so as to achieve the desired results b. Stage wise performance evaluation Tenderer s Signature and Stamp Page 22

25 Vol. I - Section 2 Instructions to Bidders c. Providing operation manual and Standard Operational Procedures (SOPs) for ten years. Preparation of the business model for the sustainable operation of the STP, The major objectives would be: i. Stake holders to be involved for formation of the management committee ii. Re-using some of the treated water plan by the industry, agriculture, Pisiculture, horticulture etc. Other Services: Any other services connected with the work shall be designed as per standard practice. Based on the above, draft detailed project report, detailed project report shall be developed in consultation with concerned ULB and incorporating all necessary modifications covering the scope of work for submission under Namami Gange Mission, MoRD, RD&GR, GOI./relevant authorities including liaison with the relevant departments/authorities for obtaining approval. 5 (Five) copies of each Project Report (Draft and Final) are to be prepared and submitted to KMDA, besides soft copies in editable format in CD are to be submitted. The Detailed Project Reports are to be prepared in consultation with KMDA within 77(seventy seven) calendar days from the date of issue of LOA. 1.3 Construction Stage During construction of the project, the consultant may be asked to visit the site for any clarifications / modifications / suggestions etc. and for consequent preparation and/or revision of working drawings submitted earlier on completion of the consultancy services arising from site requirement. 1.4 Local Establishment The consultancy firm should have preferably temporary establishment in Kolkata during preparation of DPR. Tenderer s Signature and Stamp Page 23

26 Vol. I - Section 2 Instructions to Bidders 1.5 Phase Wise Work Plan Since this is a time bound project, no time overrun is acceptable. The bidder should submit a phase wise work plan mentioning their schedule of providing their services in respect of different items of work. 1.6 Time for completion The successful bidder will have to complete the works within 77 (seventy seven) calendar days up to item no. 4 of Time schedule for important deliverables (the Key Dates ) of the Consultancy from the date of issue of the Letter of Acceptance. The remaining scope of work shall be completed as per the aforesaid Time schedule and instruction of the concerned E-I-C/ Superintending Engineer. 2. Eligible Bidder 2.1 The proposals for this contract will be considered only from those bidders within the empanelled list of Technical Agencies for Water Supply, sewerage and drainage systems prepared by Ministry of Urban Development (MOUD), Govt. of India, vide Memo No. : Q-11011/1/2013-PHE Dated : 07/08/ Joint Venture Company or the Consortium must not have more than two members who have already been empanelled in the list of Technical Agencies for Water Supply, sewerage and drainage systems prepared by Ministry of Urban Development (MOUD), Govt. of India, vide Memo No. : Q-11011/1/2013-PHE Dated : 07/08/ While submitting proposal an MOU or a copy of agreement in the name of proposed company has to be attached with all particulars of the respective partners for evaluation of eligibility criteria. Bid Security is to be deposited in the name of the proposed company. Legal and valid agreements between the partners of Joint Venture Company / Consortium will be made indicating lead partner and the duties and responsibility of each of the partner shall be specifically included in the agreement. Copy of the said agreement duly self attested shall be submitted before execution of agreement. Tenderer s Signature and Stamp Page 24

27 Vol. I - Section 2 Instructions to Bidders 3. Qualification of the Bidder - Eligibility and Qualification Criteria 3.1 Bidder should submit a written power of attorney authorizing the signatory of the bid to commit the bidder. 3.2 Other than the Key Personnel mentioned below in the table, expert(s), such as Management Specialist, Quantity Surveyor, Junior Engineer, Finance Expert etc. shall be engaged by the Technical Consultant as may be required for carrying out the activities and discharging its duties successfully, as per the Terms of Services specified in Section-II of this document. 3.4 The following conditions would also apply: List of Professional Positions Sl. No. Key Position Area of Specific Expertise Desired 1 Team Leader Operational planning of waste water collection system and water treatment techniques. Design and installation of treatment plants. Rehabilitation and up-gradation planning and costing. Project management and controlling. Stakeholder negotiations. Construction and O&M costing. Minimum Qualification and Professional Experience Desired Master s degree in engineering, with minimum of 15 years professional experience in waste water treatment and waste water treatment system analysis. Experience in rehabilitation and upgrading of existing sewerage treatment/water treatment facilities. Experience in leading similar teams during the past three years. Experience in leading project teams in difficult social and technical environments 2 Technical Ecology /Waste Water Degree in Civil / Chemical Tenderer s Signature and Stamp Page 25

28 Specialists (Waste Water Treatment Specialist / Design specialist) Treatment/ monitoring Impact Evaluation/EOI preparations and Bid processing as per NGRBA/ JNNURM/other Govt. procedures Design and engineering drawings. Physical and functional evaluation of waste water treatment systems Vol. I - Section 2 Instructions to Bidders / Public Health / Environment Engineering with minimum of 5 years experience. In design of large integrated Urban Sewerage projects comprising of Sewerage Networks, Outfall sewers, Sewage Treatment Plants, and Sewage Pumping Stations. Familiarity with waste water treatment practices, Environmental policies, environmental enforcement / compliance structure & issues, urban planning. 3 Mechanical Engineer Design and engineering drawings. Physical and functional evaluation of Sewage Pump & Machinery systems Graduate engineer with at least 3 years experience in the field of mechanical engineering, including experience with water supply, sewerage and SWM projects. 4 Electrical / Instrumentation Engineer Physical and functional evaluation of Sewage Pump & motor and other electromechanical equipment including control systems Graduate engineer with at least 3 years experience in the field of electrical/ instrumentation engineering, including experience with Waste water projects/ SWM projects. 4. Participation in Bids 4.1 Bidder shall submit only one bid. A bidder who submits or participates in more than one bid shall be disqualified. Tenderer s Signature and Stamp Page 26

29 Vol. I - Section 2 Instructions to Bidders 5. Cost of Bidding 5.1 The bidder shall bear all costs associated with the preparation and submission of his bid and the Employer will in no case be responsible or liable for those costs. 6. Site Visit 6.1 The bidder is advised to visit and examine the Site of Works and its surroundings and obtain for himself on his own responsibility all information and data for preparing the bid and entering into a contract for the captioned works. The costs of visiting the Site and collection of information and data shall be at the bidder's own expense. B. EOI Documents 7. Content of EOI Documents 7.1 The EOI documents are those stated below, and should be read in conjunction with any Addenda, if any, issued in accordance with Clause Notice Inviting EOI 2. Instructions to Bidders 3. General Conditions of Contract 4. Financial Offer with Payment Schedule 5. Forms of Bid and Bid Security 6. Form of Agreement 7. Form of Bank Guarantee for Performance Security 8. Undertaking for Technical Manpower Deployment 9. Undertaking for Not Blacklisted 10. Drawing 7.2 The bidder is expected to examine carefully the contents of the EOI documents. Tenderer s Signature and Stamp Page 27

30 Vol. I - Section 2 Instructions to Bidders Failure to comply with the requirements of bid submission will be at the bidder's own risk. Pursuant to Clause 25, bids which are not substantially responsive to the requirements of the EOI document will be rejected. 8. Clarification of EOI Documents 8.1 A prospective bidder requiring any clarification of the EOI documents may contact in the office of Superintending Engineer Circle(N), GAP Sector, KMDA and get their issues clarified. 9. Amendment of EOI Documents 9.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective bidder, modify the EOI documents by issuing addenda. 9.2 Any addendum thus issued shall be part of the EOI documents pursuant to Sub- Clause 9.1, and shall be communicated in writing or through website to all purchasers of the EOI documents. Prospective bidders shall acknowledge receipt of each addendum by writing or through by cable to the Employer. C. Preparation of Bids 10. Language of Bid 10.1 The EOI shall be prepared in English language. All the documents related to bids supplied by the bidder should also be in English language. 11. Documents comprising the Bids Deleted 12. Bid Prices Tenderer s Signature and Stamp Page 28

31 Vol. I - Section 2 Instructions to Bidders 12.1 Unless stated otherwise in the EOI documents, the Contract shall be for the whole Works as described in Clause 1 of Vol. I Section - 2, based on the lump sum consultancy fees submitted by the bidder. The accepted bid shall be the finally arrived contract price All duties, taxes and other levies as well as service tax as also payment of fees under the Contract, or for any other cause, shall be included in the lump sum consultancy fees to be quoted by the bidder, and the evaluation and comparison of bids by the Employer shall be made accordingly. KMDA will not make any payments towards taxes, levies, service tax etc. or any other kind of taxes The lump sum consultancy fees quoted by the bidder are FIRM for the entire contract period including extensions. 13. Currencies of Bid and Payment 13.1 The lump sum consultancy fees shall be quoted by the bidder entirely in Indian Rupees. 14. Bid Validity 14.1 Bids shall remain valid for a period of 120 (one hundred and twenty) days after the date of Bid opening specified in Clause In exceptional circumstances, prior to expiry of the original bid validity period, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by cable. A bidder may refuse the request without forfeiting the bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his bid security for the period of extension, and in compliance with Clause 15 in all respects. 15. Bid Security 15.1 The bidder shall furnish, as part of his bid, a bid security in the amount of Rs.50,000/- (Rupees Fifty Thousand only). Tenderer s Signature and Stamp Page 29

32 Vol. I - Section 2 Instructions to Bidders 15.2 The bid security shall be furnished in the form of Bank Draft drawn on Nationalized Bank or Scheduled Bank in India to be acceptable to KMDA in favour of GAP Sector KMDA, payable at Kolkata Any bid not accompanied by an acceptable bid security shall be rejected outright by the Employer as non-responsive The bid securities of unsuccessful bidders will be returned as promptly as possible, after final selection of the bidder The Bid security of the successful Bidder will be converted to security deposit The bid security may be forfeited (a) if the bidder withdraws his bid during the period of bid validity; (b) if the bidder does not accept the correction of his bid price, pursuant to Clause 26 or (c) in the case of a successful bidder fails within the specified time limit to (i) sign the Agreement (ii) furnish the required performance security 16. Pre-bid Meeting Pre-bid meeting will be held on at at VIP Conference Room, Unnayan Bhavan, Salt Lake City, Kolkata Format and Signing of Bid 17.1 The bidder shall prepare only one copy of the EOI documents comprising the bid as described in Clause 7 of Instructions to Bidders The bid 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-Clause 18.1 Sl. No. (5). All pages of the bid shall be initialed by the person or persons signing the bid The bid shall contain no alterations, omissions or additions, except those to comply with instructions issued by Employer, or as necessary to correct errors made by the Tenderer s Signature and Stamp Page 30

33 Vol. I - Section 2 Instructions to Bidders bidder, in which case such corrections shall be initialed by the person or persons signing the bid. D. Submission of Bids 18. Sealing and Marking of Bids Deleted 19. Deadline for Submission of Bids 19.1 Bids must be submitted online within up to hrs 19.2 The Employer may, at his discretion, extend the deadline for submission of bids, by issuing an addendum in accordance with Clause 9, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended. 20. Late Bids Deleted 21. Modification/ substitution/ withdrawal of Proposals N o modification, substitution, or withdrawal shall be allowed once a Proposal is submitted. E. Bid Opening and Evaluation 22 Bid Opening 22.1 The S uperintending E ngineer, C ircle (N), G AP S e ctor, KMDA will open the o n l i n e b i d in the presence of bidder s representatives who choose to attend, at hrs on 05/02/2015 at the chamber of Superintending Engineer, Circle(North), G AP Sector, KMDA, Kolkata , India. Tenderer s Signature and Stamp Page 31

West Bengal Transport Corporation Limited

West Bengal Transport Corporation Limited West Bengal Transport Corporation Limited (Formerly known as The Calcutta Tramways Company (1978) Limited) (A Government of West Bengal Undertaking) 12, R. N. Mukherjee Road, Kolkata-700001. Notice Inviting

More information

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Near 3 rd Rotary, New Town, Kolkata-700156. Notice Inviting

More information

Detail e - Quotation Notice No.01/SE(S)/GAP/KMDA of Dated

Detail e - Quotation Notice No.01/SE(S)/GAP/KMDA of Dated OFFICE OF THE SUPERINTENDING ENGINEER (South Circle), G.A.P. Sector, KMDA, UnnayanBhavan (1 st Floor),Block- A Salt Lake City, Kolkata 700 091. No. 55/SE(S)/GAP/KMDA/T-1 Dated: 20-11-2014 Detail e - Quotation

More information

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED. Notice Inviting Tender

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED. Notice Inviting Tender WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Near 3 rd Rotary, New Town, Kolkata-700156. Notice Inviting

More information

WEST BENGAL STATE SEED CORPORATION LIMITED

WEST BENGAL STATE SEED CORPORATION LIMITED Phone : 2225-7195 /2237-4369 / 2236-7859 E-Mail wbsscl@gmail.com Fax : 033-2237-5591 WEST BENGAL STATE SEED CORPORATION LIMITED e-quotation NOTICE INVITING e- QUOTATION No. WBSSCL/MD/NIT- 12/16-17 DATED

More information

Price of Technical & Financial Bid documents and other annexures (Rs.) (4) Earnest Money (Rs.) (3)

Price of Technical & Financial Bid documents and other annexures (Rs.) (4) Earnest Money (Rs.) (3) WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Near 3 rd Rotary, New Town, Kolkata-700156. Memo. No. 889/G.M.(Elect)/HIDCO/e-NIT-

More information

Earnest Money (Rs.) (3) Rs. 19, (Rupees Nineteen thousand one hundred ten only) to be

Earnest Money (Rs.) (3) Rs. 19, (Rupees Nineteen thousand one hundred ten only) to be WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Biswa Bangla Sarani, Near 3 rd Rotary, New Town, Kolkata-700156.

More information

Memo. No. 104/G.M.(Elect)/HIDCO/e-NIT- 53(3rd Call)/ Dated: 22/01/2019

Memo. No. 104/G.M.(Elect)/HIDCO/e-NIT- 53(3rd Call)/ Dated: 22/01/2019 General Manager (Elect) WBHIDCO WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Near 3 rd Rotary, New Town,

More information

Notice Inviting Tender

Notice Inviting Tender West Bengal Housing Infrastructure Development Corporation Limited (A Govt. of West Bengal Undertaking) HIDCO BHABAN, Premises No. - 35-1111, Biswa Bangla Sarani, 3 rd Rotary, New Town, Kolkata-700156.

More information

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking)

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Biswa Bangla Sarani, Near 3 rd Rotary, New Town, Kolkata-700156.

More information

ZOOLOGICAL GARDEN,ALIPORE 2,Alipore Road,Kolkata

ZOOLOGICAL GARDEN,ALIPORE 2,Alipore Road,Kolkata ZOOLOGICAL GARDEN,ALIPORE 2,Alipore Road,Kolkata-700 027 Memo No.509 Date: 03.09.2014 Notice Inviting e-tender No. 5/ZGA/E-TENDER/14-15, invites e-tender for the work detailed in the table below. (Submission

More information

Notice Inviting Tender

Notice Inviting Tender West Bengal Housing Infrastructure Development Corporation Limited (A Govt. of West Bengal Undertaking) HIDCO BHABAN, Premises No. - 35-1111, Biswa Bangla Sarani, 3 rd Rotary, New Town, Kolkata-700156.

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

JALPAIGURI MUNICIPALITY

JALPAIGURI MUNICIPALITY JALPAIGURI MUNICIPALITY Notice Inviting e-tender Notice Inviting e-tender No. WBMAD/JM/CH/eNIT-4/2018-19 Memo. No.: 1167 /JM Dated: 14/06/2018 Jalpaiguri Municipality invites e-tender for the work detailed

More information

Memo. No. 006/GM(E)-I/NIT-01/ /050 Dated: 3 rd April, 2018

Memo. No. 006/GM(E)-I/NIT-01/ /050 Dated: 3 rd April, 2018 WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Biswa Bangla Sarani, Near 3 rd Rotary, New Town, Kolkata-700156.

More information

Notice Inviting Tender

Notice Inviting Tender West Bengal Housing Infrastructure Development Corporation Limited (A Govt. of West Bengal Undertaking) HIDCO BHABAN, Premises No. - 35-1111, Biswa Bangla Sarani, 3 rd Rotary, New Town, Kolkata-700156.

More information

Notice Inviting Tender

Notice Inviting Tender West Bengal Housing Infrastructure Development Corporation Limited (A Govt. of West Bengal Undertaking) HIDCO BHABAN, Premises No. - 35-1111, Biswa Bangla Sarani, 3 rd Rotary, New Town, Kolkata-700156.

More information

Memo. No. 246/GM(E)-I/NIT-16/ /050 Dated: 31 st August, 2017

Memo. No. 246/GM(E)-I/NIT-16/ /050 Dated: 31 st August, 2017 WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Biswa Bangla Sarani, Near 3 rd Rotary, New Town, Kolkata-700156.

More information

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata GLUCONATE HEALTH LIMITED (A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata - 700 014. Ph No.(033)2265-0001/2/3, Fax033-22658537 (Under Health & Family Welfare Department)

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

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata GLUCONATE HEALTH LIMITED (A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata - 700 014. Ph No.(033)2265-0001/2/3, Fax033-22658537 (Under Health & Family Welfare Department)

More information

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

Document Download Start Date & time (e-tender) Lac at Hrs

Document Download Start Date & time (e-tender) Lac at Hrs Tender Reference Broad Head of Material Estimated Value (in Rs.) P-55/2016-17/PC-III 11 KV HT AB Cable 3X120+1X125 sq. mm Document Download Start Date & time (e-tender) 51.04 Lac 23.03.2017 at 14.00 Hrs

More information

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

Notice Inviting Tender

Notice Inviting Tender West Bengal Housing Infrastructure Development Corporation Limited (A Govt. of West Bengal Undertaking) HIDCO BHABAN, Premises No. - 35-1111, Biswa Bangla Sarani, 3 rd Rotary, New Town, Kolkata-700156.

More information

Office of the Falakata Panchayat Samity Falakata :: Alipurduar

Office of the Falakata Panchayat Samity Falakata :: Alipurduar Office of the Falakata Panchayat Samity Falakata :: Alipurduar Phone No: 03563-260238 e-mail id: bdofalakata@rediffmail.com Memo No: 109 Dated: 26/02/2018 enit NO: FALAKATA/EO/10/2017-18 The Executive

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

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 Office of the Chief Engineer (Procurement) ABRIDGED NOTICE INVITING e-tender NIT

More information

P.O. - PURULIA, DIST. - PURULIA PIN: , WEST BENGAL. Tender Notice No. : WBMAD/PURULIA/NIQ-18e/

P.O. - PURULIA, DIST. - PURULIA PIN: , WEST BENGAL. Tender Notice No. : WBMAD/PURULIA/NIQ-18e/ P.O. - PURULIA, DIST. - PURULIA PIN: -723101, WEST BENGAL TEL-FAX : Memo No.:-740(M.G) e-mail ID puruliamunicipality@gmail.com.com Dated:25/04/2018 NOTICE INVITING e-quotation Tender Notice No. : WBMAD/PURULIA/NIQ-18e/2018-19

More information

NIT NO :07 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking.

NIT NO :07 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking. THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking e-tender Notice For procurement of Stainless Steel Plates & Glasses SYNOPSIS OF TENDER 1. Tender

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

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

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

More information

TENDER 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

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 Office of the Chief Engineer (Procurement) ABRIDGED NOTICE INVITING e-tender NIT

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

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt. of West Bengal Enterprise) Office of the Chief Engineer, Tr.(O&M), Bidyut Bhaban, Block DJ, Sector II, Salt Lake, Kolkata 91 [Domestic

More information

WEST BENGAL STATE SEED CORPORATION LIMITED

WEST BENGAL STATE SEED CORPORATION LIMITED Website: www.wbsscl.webstarts.com E-Mail: wbsscl@gmail.com WEST BENGAL STATE SEED CORPORATION LIMITED (A G o v t. o f W e s t B e n g a l C o m p a n y ) Registered Head office: 6, Ganesh Chandra Avenue,

More information

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

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

More information

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

South Bengal State Transport Corporation (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur

South Bengal State Transport Corporation (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur-713201 Rates are invited from Agent/ Firm/Agencies/Companies to supply manpower to SBSTC by on line e tendering system. The details are given

More information

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi - 110003 TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE

More information

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

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

QUOTATION DOCUMENTS A NAMAMI GANGA PROJECT NAME OF THE WORKS

QUOTATION DOCUMENTS A NAMAMI GANGA PROJECT NAME OF THE WORKS GOVERNMENT OF WEST BENGAL OFFICE OF THE SUPERINTENDING ENGINEER PLANNING CIRCLE MUNICIPAL ENGINEERING DIRECTORATE BIKASH BHABAN, SALT LAKE CITY, KOLKATA - 700091 QUOTATION DOCUMENTS A NAMAMI GANGA PROJECT

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

WEST BENGAL TEXT BOOK CORPORATION LIMITED. (A Govt. of West Bengal Undertaking) 11, B.T. Road, Kolkata

WEST BENGAL TEXT BOOK CORPORATION LIMITED. (A Govt. of West Bengal Undertaking) 11, B.T. Road, Kolkata WEST BENGAL TEXT BOOK CORPORATION LIMITED (A Govt. of West Bengal Undertaking) 11, B.T. Road, Kolkata 700 056 E-TENDER BIDDING DOCUMENT TO ASCERTAIN THE RATE OF BLACK SCHOOL SHOES PER PAIR FOR PROCUREMENT

More information

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING e-tenders For CONSTRUCTION

More information

(Submission of Bid through online)

(Submission of Bid through online) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt. of West Bengal Enterprise) Office of the Chief Engineer (Procurement) CIN: U40101WB2007SGC113474 Regd. Office: VidyutBhavan (10 TH Floor),

More information

Government of West Bengal OFFICE OF THE DISTRICT MAGISTRATE, COOCH BEHAR

Government of West Bengal OFFICE OF THE DISTRICT MAGISTRATE, COOCH BEHAR Government of West Bengal OFFICE OF THE DISTRICT MAGISTRATE, COOCH BEHAR SagarDighi Complex, P.O. Cooch Behar, Dist. Cooch Behar, Pin 736101, West Bengal Phone (03582) 227101 # Fax (03582) 227000/225000

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

TENDER DOCUMENT. Procurement of Different Types of Furniture at. Bidyut Unnayan Bhaban, Corporate Office of WBPDCL, Kolkata

TENDER DOCUMENT. Procurement of Different Types of Furniture at. Bidyut Unnayan Bhaban, Corporate Office of WBPDCL, Kolkata TENDER DOCUMENT Procurement of Different Types of Furniture at Bidyut Unnayan Bhaban, Corporate Office of WBPDCL, Kolkata-700098 Notice Inviting Tender NIT NO: WBPDCL/CORP/NIT/E1216/18-19 DATED 14.01.18

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

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

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

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

TENDER DOCUMENT TENDER ID : BAN

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

More information

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY Tender Document For Engineering & Interior works including Modular office, civil and sanitary, plumbing work etc. for providing office accommodation at 2

More information

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs TENDER NOTICE 1 Department Name GUJARAT WATER SUPPLY & SEWAGE BOARD 2 Circle/Division Public Health Mechanical Circle, Vadodara Public Health Mechanical Division, Valsad 3 Tender Notice No 15/ 2015-16

More information

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months TENDER NOTICE 1 Department Name GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED 2 Circle/Division BHARUCH 3 Tender Notice No GNFC/TDI-II/Boundary wall /2017 4 Name of work: Construction of Boundary

More information

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN July/September-2017 January/March/April-2018 used answerbooks BOARD OF SCHOOL EDUCATION HARYANA,

More information

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name TENDER NOTICE 1 Department Name GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED 2 Circle/Division BHARUCH 3 Tender Notice No GNFC/Civil/Compound wall/2017 4 Name of Project: 5 Name of Work: Providing

More information

NIET NO : 26 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking.

NIET NO : 26 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking. THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking e-tender Notice For procurement of Stainless Steel Plates & Glasses SYNOPSIS OF TENDER 1. Tender

More information

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-1/18-19/ electrical /S. Bengal

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-1/18-19/ electrical /S. Bengal WEST BENGAL STATE EXPORT PROMOTION SOCIETY Government of West Bengal 2, Church Lane, 4 th floor, Room No.401, Kolkata -700001. Phone: 2243-9188, 2243-0380 Tele-fax: 91-33-22439187 Website: www.wbseps.com

More information

BASTAR VISHWAVIDYALAYA

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

More information

OFFICE OF THE SUKHANI GRAM PANCHAYET RAJGANJ, JALPAIGURI NOTICE INVITING PRE-QUALIFICATION - CUM TENDER (E-Procurement) E-Tender (TWO COVER SYSTEM)

OFFICE OF THE SUKHANI GRAM PANCHAYET RAJGANJ, JALPAIGURI NOTICE INVITING PRE-QUALIFICATION - CUM TENDER (E-Procurement) E-Tender (TWO COVER SYSTEM) OFFICE OF THE SUKHANI GRAM PANCHAYET RAJGANJ, JALPAIGURI NOTICE INVITING PRE-QUALIFICATION - CUM TENDER (E-Procurement) E-Tender (TWO COVER SYSTEM) NIT NO :- 13/SGP/2017-18 Dated :- 31/03/2018 For and

More information

(A statutory body of Govt of Kerala)

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

More information

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

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

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office EMPANELMENT DOCUMENT APPLICATION FOR EMPANELMENT OF CONTRACTORS INTERIOR FURNISHING FOR THE PERIOD 1 st September 2017-31 st August 2020 APPLICATION FROM M/S...... APPLICATION PERIOD: FROM 16 th August

More information

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No TSECL/Corp. Office/16-17/31 Date:

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No TSECL/Corp. Office/16-17/31 Date: NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) DATE OF ISSUANCE OF NIT: 27.02.2017 NIT No TSECL/Corp. Office/16-17/31 Date: 07.03.2017 SOURCE OF FUND: SPA.

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

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

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

More information

131/MD/NTESCL OF

131/MD/NTESCL OF NEW TOWN ELECTRIC SUPPLY COMPANY LIMITED FINANCE CENTRE, 2 nd FLOOR, BLOCK- A AA-II CBD, NEW TOWN, RAJARHAT KOLKATA-700156 A JOINT VENTURE OF WBSEDCL & WBHIDCO LTD. Franchisee of W.B.State Electricity

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

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

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

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE FM/NEP/INT/16/17-18 HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE Date:31.01.18 Online E-tenders are invited in Two-Bid System for

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

W-1-18/GMTDR/e-TENDER-109/ Supply of Office Stationery / BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

W-1-18/GMTDR/e-TENDER-109/ Supply of Office Stationery / BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT E-TENDER FOR SUPPLY OF OFFICE STATIONERY UNDER GMTD RAIPUR No.: W-1-18/GMTDR/e-Tender-109/Supply of Office Stationery/17-18/7 Dated: 15-03-2018

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

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

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

More information

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

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi - 110003 TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE

More information

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

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

More information

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. VISAKH REFINERY Tender no.: 17000124-HD-46009 IMPORTANT: Please note that this is an e-public

More information

DOCUMENT FOR EMPANELMENT OF CONTRACTORS

DOCUMENT FOR EMPANELMENT OF CONTRACTORS OF CONTRACTORS BANK OF BARODA Regional Office, 202,Ganga-JamunaComplex, M.P. Nagar Zone-I, Bhopal -462011 Tel. 0755-4049020 NOTICE INVITING APPLICATIONS FOR EMPANELMENT OF CONTRACTORS Applications are

More information

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA-700 054 E-TENDER NOTICE cum REVERSE AUCTION FOR TENDER NO.SBI/ZO/BID/RBO-VI/2017-18/ET-222

More information

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents) कककककककक ककककक कककक कककक ककककककक, कककककक EMPLOYEES STATE INSURANCE CORPORATION HOSPITAL, PEENYA (कककक ककक कककककक कककककककक, कककक ककककक कक कककक) (Under the Ministry of Labour & Employment, Govt. of India)

More information

Institute of Development Studies Kolkata DD-27/D, Sector-I, Salt Lake, Kolkata

Institute of Development Studies Kolkata DD-27/D, Sector-I, Salt Lake, Kolkata Institute of Development Studies Kolkata DD-27/D, Sector-I, Salt Lake, Kolkata-700064 Notice Inviting Expression of Interest (EOI)/Bids For Appointment of Chartered Accountants for Compilation of Accounts,

More information

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE The Institute of Cost Accountants of India (herein after called Institute)

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

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014 MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. Name of Work : Dhamangaon Rly. Water Supply Scheme Tal.- Dhamangaon Rly. Dist.- Amravati (Under M.S.N.Abhiyan) DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

More information

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE 411007 फ नन.(020)25608242/25608159 फ क सन.(020)25608100 ----------------------------------------------------------------------------------------------

More 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

Notice Inviting Tender (NIT)

Notice Inviting Tender (NIT) TENDER NOTIFICATION NO. MEGA/CONST/PAFs/Zundal/PH-1/2018 Construction of residential quarters for PAFs of Ambedkarnagar at FP NO 28 TP scheme no 74, Survey no 276/1/3 and 279/1/9 Zundal for Ahmedabad Metro

More information

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

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

More information

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

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Notice Inviting Tender for Printing of Accounts Manual of APDCL Tender for Printing of Accounts Manual of APDCL ASSAM POWER DISTRIBUTION COMPANY LTD Single Stage Two Envelope Procedure Tender No: APDCL/CGM(F&A)/PRN/Accounts Manual/2014/3 Date 11.6.2014 Notice Inviting

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Department of Electronics & Information Technology, Ministry of Communications and Information Technology, Govt. of India) Plot No.P1, Phase-1,

More information

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI 110003 TENDER NOTICE Dated 03 rd November, 2016 Title of the tender Procurement

More information

Part A TECHNICAL BID (To be returned duly signed on all pages)

Part A TECHNICAL BID (To be returned duly signed on all pages) TAMIL NADU SALT CORPORATION LIMITED (A GOVERNMENT OF TAMILNADU ENTERPRISE) LLA Building, IV Floor, 735, ANNA SALAI CHENNAI 600 002. PHONE: +91-44-28418344 Fax :+91-44-28525846 +91-4576-262224 +91-4576-262227

More information