BID DOCUMENT FOR. OPEN INTERNATIONAL COMPETITIVE BIDDING Bid Document No.: MEC KU/001
|
|
- Anthony Dennis
- 6 years ago
- Views:
Transcription
1 HINDUSTAN PETROLEUM CORPORATION LIMITED (A Govt of India Undertaking) Mumbai, India BHARAT PETROLEUM CORPORATION LIMITED (A Govt of India Undertaking) Mumbai, India BID DOCUMENT FOR SUPPLY GAS & STEAM TO HPCL & BPCL BY INSTALLATION PLANT ON "BUILD-OWN & OPERATE (BOO)" BASIS OPEN INTERNATIONAL COMPETITIVE BIDDING Bid Document No.: MEC KU/001 PREPARED AND ISSUED BY (A Govt. of India Undertaking) Mumbai, India - 1 -
2 CONTENTS OF BID DOCUMENT SL. NO. DESCRIPTION PAGE NO. PART I 1.0 Invitation for bids (IFB) Annexure-I to IFB (Bidders Eligibility Criteria) - Format A - Format B - Format C Acknowledgement Cum Consent Letter Submission of Bid Instructions to bidders Annexure to ITB Annexure-I : Bid Evaluation Criteria Annexure-II : List of Formats Annexure-III : Commercial Questionnaire Annexure-IV : Check List Special Condition of Contract (SCC) Annexure I to SCC : Specification of Napatha available from HPCL Annexure II to SCC : Specification of Napatha available from BPCL Annexure III to SCC : Meteorological Data at Mahul of Mumbai Refinery Annexure IV to SCC : Technical details to be Submitted by the Bidder 7.0 PRICE FORMAT INCLUDING PRICE VARIATION AND PRICE EVALUATION CREITERIA GLOSSARY OF TERMS USED IN DRAFT AGREEMENT & IN TENDER DOCUMENT DRAFT AGREEMENT PART II PRICE FORMAT INCLUDING PRICE VARIATION 1 6 CRITERIA PART III BID SECURITY (EMD), TENDER FEE & BIDDERS ELIGIBILITY CRITERIA INCLUDING SUBMISSION OF SUPPORTING DOCUMENTS
3 PART - I - 3 -
4 1.0 INVITATION FOR BIDS (IFB) - 4 -
5 BID DOCUMENT NO.: MEC KU/001 Date: To, Dear Sir, Hindustan Petroleum Corporation Limited (HPCL) is a Govt. of India Undertaking and Fortune 500 company with an annual turnover of over Rs.1.10 lakh crores, a 20% refining & marketing share in India and a strong market infrastructure. HPCL operates 2 major refineries producing a wide variety of petroleum fuels & specialties, one in Mumbai (West Coast) of 5.5 MMTPA capacity and the other in VisakHapatnam (East Coast) with a capacity of 7.5 MMTPA. HPCL also holds an equity stake of 16.95% in Mangalore Refinery & Petrochemicals Limited, a state-of-the-art refinery at Mangalore with capacity of 9 MMTPA. In addition, HPCL is progressing towards setting up of a refinery in the state of Punjab. HPCL also owns and operates the largest Lube Refinery in the country producing Lube Base Oils of international standards. With a capacity of 335,000 metric tons this Lube Refinery accounts for over 40% of the country s total Lube Base Oil production. Currently, HPCL is planning major investment to both expand its refining capacity and enhance its capability to process heavier and more sour crude feed stocks while producing products which meet the more stringent Euro III, IV and V fuel specifications. As part of this project, Mumbai Refinery of HPCL requires 20,000 TPA of additional hydrogen supply in addition to the internal generating capacity within the refinery. Requirement of Hydrogen will commence from Oct 2010 on commissioning of DHT Unit. It is proposed to outsource additional Hydrogen requirement. In future HPCL may decide to phase out its existing Hydrogen Generation Units and requirement of outsourced Hydrogen will go up in such an event. Bharat Petroleum Corporation Limited (BPCL) is also a Govt. of India Undertaking and a fortune 500 company. BPCL operates three major refineries producing a wide variety of petroleum fuels & specialties. One in Mumbai of 12 MMTPA capacities, the other in Kochi with a capacity of 7.5 MMTPA and the third Numaligarh Refinery Limited and Refinery in Bina with a capacity of 6 MMTPA is in progress. Mumbai Refinery of BPCL is located across the road to Mumbai Refinery of HPCL and has many synergy activities with mutual benefit to both Refineries. BPCL is also installing units to produce products compliant to Euro III, IV and V fuel specifications. Part of the internal hydrogen generation facility is also proposed to be phased out. In view of this requirement of Hydrogen to be outsourced will be 40,000 TPA commencing from Jan Intent of this Tender is to invite Companies having expertise as well as experience in the field to set up a Hydrogen Plant in the vicinity of the two refineries and supply Hydrogen gas to both HPCL and BPCL over the fence on a long term contract basis. Steam co-generated in the Hydrogen plant will also be taken for use by HPCL
6 M/s, Mumbai on behalf of M/s Hindustan Petroleum Corporation Limited (A Govt. of India Undertaking) & Bharat Petroleum Corporation Limited (A Govt. of India Undertaking) invites sealed bids under three bid system from eligible Indian/Foreign bidders for supply of Hydrogen gas to Mumbai Refineries of HPCL and BPCL (both Govt. of India Undertaking), by installing Hydrogen plant on Build, Own and Operate (BOO) basis near the refineries (outside the boundary of Refineries) located at B.D. Patil Marg, MAHUL, Mumbai , Maharashtra, India in complete accordance with the Bid Documents/ Attachments. The salient terms and conditions of the bid are stated below: I. PROJECT : Outsourcing of Hydrogen Gas II. TYPE OF BID : Open International Competitive Bidding III. ITEM(S) : Supply of Hydrogen Gas by Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis IV. COMPLETION PERIOD : Hydrogen Gas Supply to commence within 30 (Thirty) months from the date of FOA. V-A. EARNEST MONEY/ BID Rs.5.0 Crores (Rupees Five Crores only ) or SECURITY USD 1.25 Million The EMD should be in the Form of Demand Draft/Bank Guarantee and in favour of Hindustan Petroleum Corporation Limited payable at Mumbai V-B. Bid Security Validity : 6(six) months from final bid due date VI. SALE PERIOD OF BID : to FROM 1000 Hrs. to DOCUMENT 1600 Hrs. (excluding Holidays) VIIA. DATE & PLACE OF PRE-BID: CONFERENCE VIIB. PERFORMANCE BANK GUARANTEE : at Hrs. Venue :- MECON Limited, 3 rd Floor, Tower-7, International Infotech Park, Vashi Rly. Station Complex, Vashi Navi Mumbai Rs.100 Crores from any Nationalized or Scheduled or 1 st class International Bank payable at Mumbai - 6 -
7 VIIIA. DUE DATE OF SUBMISSION: OF BID at hrs. VIIIB. BID VALIDITY : 4 (four) months from IX. OPENING DUE DATE & TIME At Hrs. on (in presence OF PART III ( BID SECURITY (EMD), of representative of bidders). TENDER FEE & BIDDERS ELIGIBILITY CRITERIA ) X. VENUE : Address & Contact Nos. given below. XI. TENDER FEE (non : Rs 5,000 /- (Rupees Five Thousand Only)/ Refundable) USD 125 (US Dollars One hundred twenty five only) in favour of MECON Limited payable at Mumbai only. XII. EVALUATION & : Refer Instruction to Bidders COMPARISON OF BID XIII. ADDRESS FOR : General Manager CORRESPONDENCE, SALE & SUBMISSION 3 rd Floor, Tower no.7, International Infotech OF BID DOCUMENT Park, Vashi, Railway Station Complex, Vashi Navi Mumbai India mumbai@mecon.co.in Ph. No Fax No XV. BIDDER ELIGIBILITY : As per Annexure-I to IFB CRITERIA(BEC) XVI. OTHERS: 1.0 Bid Document can be purchased from MECON Limited, Mumbai on any working day from 1000 hours to 1600 hours against a written request and payment of requisite tender fee as specified in Clause XI of IFB by crossed bank draft from a first class International Bank or an Indian Scheduled Bank, in favour of MECON Limited, payable at Mumbai. No extension in the bid due date shall be considered on account of delay in receipt of bid document by mail
8 In case the bidder wishes to download the Bidding Document from HPCL/MECON/ BPCL web-site, then the requisite amount of Tender Fee in the form of Demand Draft, in favour of MECON Limited and payable at Mumbai, shall be payable by the bidder before or at the time of submission of the bid without which offer may not be considered for evaluation. Such bidders who have downloaded the bid document can attend the prebid meeting provided they deposit the tender fee on or before pre-bid meeting. In case bidder intends to quote upon downloading tender document, please intimate MECON immediately along with complete contact address, phone no., fax no., etc. for correspondence. MECON will inform about Addendum, if any, to those who have furnished above information, however, information about Addendum shall also be available on MECON s and HPCL s websites as an when these are issued. An undertaking that the contents of the Bidding Document have not been altered or modified shall be furnished alongwith the offer. 2.0 Accredited representatives of foreign bidders in India are also permitted to purchase the bid document on behalf of foreign bidder on payment of requisite document fee in Indian Rupees. The bid of foreign bidder shall be evaluated only if the bid is accompanied by the prescribed bid document fee in the form of demand draft in US Dollars after which the fee deposited by Indian representative shall be refunded. Bid submitted by bidders, who have not purchased the bid document either directly or through their authorised representative will be rejected. 3.0 In the event a particular tender is cancelled, only EMD will be refunded & tender fee will not refunded to the concerned Bidders. 4.0 Bid Document is non-transferable. 4.1 Bidder must buy the bid document in his own name and submit the bid directly. Bids received from bidders in whose name bid document has been purchased shall only be considered. 5.0 Bids complete in all respects should reach on or before the BID DUE DATE AND TIME. Bids through Fax/ shall not be considered. Bidder may depute their representative with proper authorisation letter to attend of techno-commercial opening of bids. 6.0 The Bid Document calls for offers on single point "Sole Bidder" responsibility basis. Order will be placed on the "Sole Bidder" alone (in whose name the bid document has been issued) who will be responsible for all contractual purposes
9 Further the bidders are advised to ensure that their offer is on single bidder responsibility basis and in total compliance of scope of supply as specified in Bid Document. 7.0 The bid should be prepared by the "Sole Bidder" and should be sent to MECON directly. MECON / HPCL reserve the right to reject offers made by intermediaries representatives. The bid should be submitted only at the designated place mentioned at sl. No. XIII i.e. at MECON Limited, Mumbai. Bid submitted at HPCL s / BPCL s office or at any other place shall not be considered. 8.0 Bidder shall ensure that Bid Security having a validity of 6 (six) months from the bid due date, must accompany the offer in the format made available in the Bid Document. 9.0 This Invitation for Bids (IFB) is an integral and inseparable part of the enclosed Bid Document. Bidder should read HPCL as HPCL/BPCL wherever appearing in the bid document or elsewhere in this document MECON, HPCL/ BPCL reserves the right to accept or reject any or all offers without assigning any reason, whatsoever Copy of Bidding Document for reference is available at MECON, at the address given hereinabove. The complete Bidding Document is also available on the web site of MECON Limited ( ), HPCL s website BPCL s web site SEALING & MARKING OF BIDS Bids should be submitted in complete accordance with the bid documents / attachments separately in three parts in sealed envelopes super-scribed with the Bid Document Number, due date, item and nature of bid (un-priced, priced), as follows : Part- I : UNPRICED BID (Techno Commercial Part) Part- II : PRICED BID Part- III : BID SECURITY (EMD), TENDER FEE & BIDDERS ELIGIBILITY CRITERIA INCLUDING SUBMISSION OF SUPPORTING DOCUMENTS The three envelopes, containing Part-I, Part-II and Part-III of offer, shall be duly sealed and respective cut-out slip enclosed with this letter as Appendix-A shall be pasted on each envelop. Name & address of the bidder shall be mentioned on each cut-out slip. These three sealed envelopes shall be further kept in a larger envelope & which shall also be duly sealed. Cut-out slip meant for complete offer shall be pasted on it with name and complete address & contact number of the bidder
10 On the first instance during opening of techno-commercial part, main (outer) envelop shall be opened followed by opening of envelop containing EMD, Tender fee & Bidders Eligibility Criteria including submission of documents (Part-III) Bidder must ensure that all pages of the offer inclusive of all attachments are duly numbered & cross reference are given in the list of contents (in the offer) and also in the check lists provided in tender document HPCL/ MECON / BPCL will appreciate submission of offer based on the terms and conditions of the Bid Document. Bidder may note that no technical and commercial clarifications may normally be sought for after the receipt of the bids. Bids with any deviation to the bid conditions shall be liable for rejection. However, to assist in the examination, evaluation and comparison of bids, HPCL/ MECON / BPCL may, at its discretion, ask the bidder for a clarification of its bid. The request for such clarification and the response shall be in writing The Bidder is required to unconditionally accept the Integrity Pact enclosed with the tender document and shall submit the same dully signed along with Part I of his offer. Offer of the Bidder received without Integrity Pact duly signed, shall not be considered Bidder shall furnish the details of authorized person s name, phone no., mobile no., fax no., and ID for taking up the matters related to technical and commercial. Yours faithfully, for and on behalf of Hindustan Petroleum Corporation Limited for Encl. 1. Appendix A - 4(four) nos. of Cut-Out slips to be pasted on different sealed envelops of the offer. Note: Please acknowledge the receipt of the bid document and confirm your intention to quote within 7(seven) days by return / fax / courier. In case not intending to quote then please give reasons and also please return the tender document to us
11 APPENDIX - A CUT-OUT SLIPS (4 NOS.)
12 CUT-OUT SLIP - 1 (OUTER ENVELOPE) DO NOT OPEN-THIS IS A QUOTATION CLIENT : Hindustan Petroleum Corporation Limited, Mumbai Refinery PROJECT : Outsourcing of Hydrogen Gas BID DOCUMENT NO : MEC KU/001 ITEM : Supply of Hydrogen Gas by Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis DUE DATE OF : at 1600 Hrs. SUBMISSION & TIME TO, FROM General Manager 3 rd Floor, Tower no.7, International Infotech Park, Vashi, Railway Station Complex, Vashi Navi Mumbai India Ph. No Fax No NAME: ADDRESS (To be pasted on the outer envelope containing Priced, Unpriced bids along with Bid security/ EMD)
13 CUT-OUT SLIP 2 PART I (UNPRICED BID) DO NOT OPEN-THIS IS A QUOTATION CLIENT : Hindustan Petroleum Corporation Limited, Mumbai Refinery PROJECT : Outsourcing of Hydrogen Gas BID DOCUMENT NO : MEC KU/001 ITEM : Supply of Hydrogen Gas by Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis DUE DATE OF : at 1600 Hrs. SUBMISSION & TIME TO, FROM General Manager 3 rd Floor, Tower no.7, International Infotech Park, Vashi, Railway Station Complex, Vashi Navi Mumbai India Ph. No Fax No NAME: ADDRESS (To be pasted on the envelope containing Unpriced bid)
14 CUT-OUT SLIP - 3 PART II (PRICED BID) DO NOT OPEN-THIS IS A QUOTATION CLIENT : Hindustan Petroleum Corporation Limited, Mumbai Refinery PROJECT : Outsourcing of Hydrogen Gas BID DOCUMENT NO : MEC KU/001 ITEM : Supply of Hydrogen Gas by Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis DUE DATE OF : at 1600 Hrs. SUBMISSION & TIME TO, FROM NAME: General Manager 3 rd Floor, Tower no.7, International Infotech Park, Vashi, Railway Station Complex, Vashi Navi Mumbai India Ph. No Fax No ADDRESS (To be pasted on the envelope containing Priced bid)
15 CUT-OUT SLIP - 4 PART III (BID SECURITY (EMD), TENDER FEE & BIDDERS ELIGIBILITY CRITERIA INCLUDING SUBMISSION OF SUPPORTING DOCUMENTS DO NOT OPEN-THIS IS A QUOTATION CLIENT : Hindustan Petroleum Corporation Limited, Mumbai Refinery PROJECT : Outsourcing of Hydrogen Gas BID DOCUMENT NO : MEC KU/001 ITEM : Supply of Hydrogen Gas by Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis DUE DATE OF : at 1600 Hrs. SUBMISSION & TIME TO, FROM NAME: General Manager 3 rd Floor, Tower no.7, International Infotech Park, Vashi, Railway Station Complex, Vashi Navi Mumbai India Ph. No Fax No ADDRESS (To be pasted on the envelope containing Bid Security & Tender fee )
16 2.0 ANNEXURE I TO IFB (BIDDER ELIGIBILITY CRIETRIA)
17 BIDDER ELIGIBILITY CRIETRIA The Bidder shall have to meet the following qualifying criteria to become eligible for being considered against this Invitation to Bid. A Bidders Company A.1 Bidder shall be a Company engaged in the business of industrial gases to industrial consumers. The Company shall either be majority owned subsidiary of a parent company or is a part of the Global group having experience of owning and operating Hydrogen Generation Plants utilizing multiple feedstock including Naphtha or Natural Gas or in combination of both. All necessary documents including ARTICLES OF ASSOCIATION are to be submitted by Bidders. OR In case of Joint Venture, foreign company having experience of owning and operating Hydrogen Generation Plants as stated above shall have majority ownership and management control in the Joint venture. Indian partner in the joint venture shall also be engaged in the core business of owning and operating Industrial Gas Plants on BOO concept. All necessary documents including Annual Financial Report, Certificate of successful operation from clients are to be submitted by Bidders. B Technical B.1 The Bidder or its Parent Company (by itself or through it subsidiaries) should have executed and operated on Built, Own and Operate (BOO) basis during last seven (7) years at least two (2) projects for supply of Hydrogen gas having unit capacity not less than 40,000 Nm 3 /h or one unit of 74,000 Nm 3 /h using Natural Gas, Naphtha or Multiple feedstock for which documentary evidence is to be submitted and at least two projects should be for supply of Hydrogen. B.2 In case the references provided are in the form of Joint Venture, the major share holding partner bidder shall have had the responsibility of supplying, operating and maintaining the Hydrogen plant within the joint venture. Necessary supporting documents are to be submitted by the Bidder. B.3 The bidder shall have the tie up (at least consent letter from land owner indicating sufficient details of the land without cost of land and same to be notorised) with land owner for the proposed plant adjacent to HPCL/BPCL Mahul refinery and also for acquisition of ROU for routing the pipeline. Necessary supporting documents are to be submitted by the Bidder. Without documentary evidence of acquiring the land for HGU Unit, bid will be summarily rejected
18 B.4 Long term commitment for tie up with the Gas Supplier is to be established by the bidder by submission of necessary supporting documents. Bidder to indicate their method of Gas pricing. The gas price used for calculation should be narrow price band & not open ended. C Financial C.1 Turnover Annual turnover as per audited financial results for last three years ( i.e. financial year , & and in case of foreign bidders it will be calendar years 2007, 2006 & 2005) shall be 82 Million US $. Or equivalent to INR 350 Crores (considering 1 US $ = INR 40) for which necessary documents including audited financial reports for the last three years are to be submitted. Documentary evidence shall be provided by the Parent/ Holding Company for its commitment to support the Company submitting the bid. C.2 Net Worth Bidder s net worth as per latest audited financial year statement submitted shall be positive i.e. for the financial year C.3 Return on Equity Return on Equity must be Positive as per latest audited financial year statement submitted i.e. for the financial year for which documentary evidence is to be furnished. C.4 Financial Resources NOTE: The Bidder must possess adequate Financial resources of the magnitude of Rs.500 crores yearly or 130 million US $ for smooth execution of the project. (Documentary evidence of funding to be submitted) 1.0 The Subsidiary of Parent Company is defined as a company where the Parent Company has a financial stake as defined in the Indian Company's Act Tenders from consortium shall not be accepted. 3.0 DELETED
19 4.0 Bidder shall fill up Formats A, B and C attached herewith and submit documentary evidence such as audited balance sheet, profit and loss statement in English Language only for last three financial years in support of the above. In case Audited data for is not available at the time of bid submission, provisional data may be submitted. Other necessary supporting documents as indicated elsewhere in Bidders Eligibility Criteria are also to be furnished 5.0 The Bidder shall submit details of the projects indicated for consideration of technical eligibility including agreement copies, supporting certificates. Bidders fulfilling the above Eligibility Criteria should also submit other details and documents required as per this tender document to evaluate the bids for technical and commercial acceptability. 6.0 REJECTION CRITERIA 6.1 BUYER reserves the right to accept any bid or reject any or all bids without assigning any reason thereof. 7.0 Bidder submitting their bid shall not be under liquidation, court receivership or similar proceedings
20 ANNUAL TURNOVER Annexure- I to IFB FORMAT-A Applicant s Legal Name : Date : JV Partner s Legal Name : Tender No.: Each bidder must fill in this form (Single Entity) Annual Turnover data for the last 3 audited financial years. Page of.. Year Currency Amount Exchange Rate (*) Year : Year : Year : Amount (INR) (*) Each member of a Joint Venture Annual Turnover data for the last 3 audited financial years Year Currency Amount Exchange Rate (*) Leader of Joint Venture Year : Year : Year : Partner A Year : Year : Year : Partner B Year : Year : Year : Total Amount (INR) (*) 1. The information supplied should be the Annual Turnover of the applicant and partner of Joint Venture 2. A brief note should be appended describing details as per audited results. 3. Indicate Financial year if it is different from April to March. (*) To filled by BUYER / Consultant Signature of Bidder
21 Annexure- I to IFB FORMAT-B FINANCIAL SITUATION Applicant s Legal Name: JV Partner s Legal Name: Date: Tender No.: Page of.. Each bidder or member of a Joint Venture must fill in this form FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR Sl. No. Description 1. Net Worth = (Reserves + Capitals Accumulated losses ) 2. Profits before taxes (PBT) 3. Return on Equity (2/1) x 100 Amount Year Exchange Rate (*) Amount (INR) (*) All such documents reflect the financial situation of the bidder or partner to Joint Venture Historic financial statements must be audited by a certified accountant Historic financial statements must be complete, including all notes to the financial statements Historic financial statements must correspond to accounting periods already completed and audited (no statement for partial period shall be requested or accepted). (*) Applicable for foreign bidders to filled by BUYER / CONSULTANT Signature of Bidder
22 CHECKLIST OF DOCUMENTS TO BE SUBMITTED BY BIDDERS Annexure- I to IFB FORMAT-C Sl. No. Documents Required Submitted (Yes/ No) Reference in Offer ( Refer Page no.) 1. Nature of Business of Bidder s Company 2. In case of JV, core business of JV partner 3. Details of Parent Company, Holding Company and the Group to which Bidder Company belongs 4. Shareholding pattern of bidder company 5. Details of 2 (two) projects executed on BOO basis for supply of Hydrogen gas during last 7 (seven) years. 6. Details of the Plants which are in regular operation for last one year with certificate from User. 7. Process technology proposed for the project and details of Bidders access to or in possession of (either as a proprietary technology holder or in close association with any such holder) proven state-of-the-art technology 8. Details of financing arrangement and documentary evidence in support of finances available for the project. 9. Arrangement for land required for the project supported by MOU/ Agreement for long term, lease / sale agreement of land. 10. Necessary supporting documents to establish long term commitment for tie up with the Gas Supplier Copy of detailed work order/agreement and copy of documentary evidence indicating project has been undertaken on BOO/BOOT/BOOM basis and is operating successfully including the minimum period of operation shall be substantiated / authenticated along with Experience. Submission of documentary evidence from a customer for whom Supplier undertook a successful project on a BOO basis is a mandatory requirement, which establishes that the work under reference has been completed and the customer is satisfied with supply of hydrogen from this plant
23 3.0 ACKNOWLEDGEMENT CUM CONSENT LETTER To, M/s, 3 rd Floor, Tower no.7, International Infotech Park, Vashi, Railway Station Complex, Vashi Navi Mumbai India Ph. No Fax No Kind Attn: General Manager Sub: Supply of Hydrogen Gas by Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis for HPCL & BPCL Mumbai Refineries. Dear Sir, We hereby acknowledge receipt of complete set of Bid Document alongwith enclosures for the subject works. We understand that documents received remain property of M/s MECON/ HPCL and further undertake that the contents of the above bid documents shall be kept confidential and shall not be transferred. We indicate below our intentions with respect to the Invitation for Bid. a) We intend to bid as requested and furnish following details with respect to our quoting office :- I) POSTAL ADDRESS : II) TELEPHONE NO. : III) TELEFAX NO. : IV) V) CONTACT PERSON :
24 b) Contact Person at Mumbai, if any :- I) POSTAL ADDRESS : II) TELEPHONE NO. : III) TELEFAX NO. : IV) V) CONTACT PERSON : c) We are hereby returning the bid document as we are unable to bid for the reasons given below. Reasons for non-submission of Bid: COMPANY S NAME : SIGNATURE : NAME : DESIGNATION : DATE : Note: Bidder is requested to furnish the details mentioned at (a), (b) & (c) above as applicable, immediately after receipt of Bid Document. (SIGNATURE OF BIDDER)
25 4.0 SUBMISSION OF BID From: M/s To: 3 rd Floor, Tower no.7, International Infotech Park, Vashi Railway Station Complex, Vashi, Navi Mumbai India Ph. No Fax No I/We hereby tender for Supply of Hydrogen Gas by Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis for HPCL & BPCL Mumbai Refineries as per TENDER DOCUMENT and at Terms and Conditions specified in the Draft Agreement which is a part of the Tender Document. Price Format quoted by me/us are in accordance with Notice/Letter Inviting Tender, Instruction to Bidder, Special Condition of Contract, Schedule of Rates, Draft Agreement and other documents and papers, all as detailed in the Tender documents. 2. It has been explained to me/us that the date of commencement of delivery of Hydrogen Gas & Steam (in case of HPCL) is the essence of the CONTRACT. I/We agree that in the case of failure on my/our part to strictly observe the Time Schedule, I/We shall pay compensation to the BUYER as per provisions and stipulations contained in Draft Agreement and I/We agree to recovery being made as specified therein. 3. I/We agree to pay the Earnest Money and Security Deposit (SD) and accept the terms and conditions laid down in the memorandum below in this respect. MEMORANDUM (a) General Description of Work Installation of Hydrogen Plant on Build, Own & Operate (BOO) Basis for Supply of Hydrogen Gas to Mumbai Refineries of HPCL & BPCL
26 (b) Earnest Money Rs. (Rupees) The Earnest Money is payable in the manner set out in para 5 below. (c) Security Deposit As per Draft Agreement 4. Should this tender be accepted, I/We hereby agree to sign the Agreement with the BUYER and abide by and fulfill all terms and conditions referred to above and in the Agreement and in default thereof, to forefeit and pay to the BUYER or its successors or its authorised nominees such sums of money as are stipulated in conditions contained in Tender Documents. 5. I/We hereby pay the Earnest Money of Rs. (Rupees ) in Bank Demand Draft/Bank Guarantee No., issued by (name and office of the State Bank of India or any Nationalised Bank) in favour of Hindustan Petroleum Corporation Limited, Mumbai 6. If I/We fail to commence the work specified in the Memorandum in Para (3) above, or I/We to deposit the amount of Security Deposit (SD) specified in the Memorandum in (3) above, I/We agree that the said BUYER or its successors without prejudice to any other right or remedy be at liberty to forfeit the said Earnest Money in full, The said BUYER shall also be at liberty to cancel the Notice of Acceptance of Tender if I/We fail to deposit the Security Deposit (SD) as aforesaid or to execute an Agreement or to start WORK as stipulated in the Tender Documents. I/We enclose herewith complete technical and commercial details as per the requirement of this Tender Document as well as other supporting documents to facilitate evaluation of the bid. dated the day of 2008 Witness: Name in Block Letters: Address: Yours faithfully, Signature of Bidder(s) with the seal of the Firm. Name and Designation of authorised person signing the tender on behalf of the Bidder(s)
27 5.0 INSTRUCTION TO BIDDER (ITB)
28 TABLE OF CONTENTS A SUBMISSION OF BIDS 1. Sealing and Marking of Bids 2. Deadline for Submission of Bids 3. Late Bids 4. Modification and Withdrawal of Bids B BIDDING DOCUMENTS 5. Content of Bidding Document 6. Clarification of Bidding Documents 7. Amendment of Bidding Documents C. PREPARATION OF BIDS 8. Language of Bid 9. Documents Comprising the Bid 10. Bid Prices 11. Bid Currencies 12. Bid Validity 13. Bid Security 14. Pre-Bid Meeting 15. Format and Signing of Bid 16. Tender Rejection 17. Bids from Joint Venture 18. One Bid per Bidder 19. Cost of Bidding 20 Site Visit D. BID OPENING AND EVALUATION 21. Bid Opening 22. Priced Bid Opening 23. Process to be Confidential 24. Contacting the Employer 25. Correction of Errors 26. Evaluation and Comparison of Bids 27. Employer s Right to Accept Any Bid and to Reject Any or all Bids E. AWARD OF CONTRACT 28. Notification of Award 29. Signing of Agreement 30. Corrupt or Fraudulent Practices 31. Integrity Pact 32. Compliance of Law
29 INSTRUCTIONS TO BIDDERS A SUBMISSION OF BIDS 1. Sealing and Marking of Bids 1.1 Bid shall be submitted in the following manner in separately sealed envelopes duly super scribed as below: 7 Part-I - Techno-commercial/ Unpriced Bid Part-II - Part III - Price Bid Original Bid Security, Tender Fee & Bidders Eligibility Criteria including submission of supporting documents 1.2 Part-I shall contain original and three copies of UNPRICED BID complete with documents pertaining to bidder eligibility criteria and all technical and commercial details other than price (with prices blanked out and copies of bid security). All the unpriced bids shall be completely identical in all respects including enclosures and shall be enclosed in separately sealed envelopes duly marked and addressed to the Employer. In the event of any discrepancy between them, the original shall govern. The envelope shall also indicate the name of the Bidder. 1.3 Part-II - PRICED BID shall be submitted in one original and one copy with duly filled in Price schedule sealed in a separate envelope duly marked and addressed to the Employer including the rate for compensation of extended stay charges. 1.4 Part-III - BID SECURITY, TENDER FEE & BIDDERS ELIGIBILITY CRITERIA INCLUDING SUBMISSION OF SUPPORTING DOCUMENTS in original shall be submitted sealed in a separate envelope duly marked and addressed to the Employer. 1.5 The three envelopes containing PART-I, PART-II and PART-III should be enclosed in a larger envelope duly sealed and marked and also bear the name and address of the Bidder and Tender No. 1.6 If the outer envelope is not sealed and marked properly, MECON/HPCL/BPCL will assume no responsibility for the Bid s misplacement or premature opening. 1.7 Each Bidder shall submit only one bid. A Bidder who submits more than one bid will be rejected. 2. Deadline for Submission of Bids 2.1 Bids must be received by MECON at the address specified in the Invitation for Bids (IFB) not later than the date and time stipulated in the IFB
30 2.2 MECON may, in exceptional circumstances and at its discretion, on giving reasonable notice by fax or any written communication to all prospective Bidders who have been issued the bid documents, extend the deadline for submission of bids, in which case all rights and obligations of HPCL and the Bidders, previously subject to the original deadline will thereafter be subject to the deadline as extended. 3. Late Bids 3.1 Any bid received by MECON after the deadline for submission of bids prescribed on main body of IFB will be rejected and returned unopened to the Bidder. 4. Modification and Withdrawal of Bids 4.1 The Bidder may modify or withdraw his bid after the bid submission but before the due date for submission, provided that written notice of the modification/ withdrawal is received by MECON prior to the deadline for submission of bids. 4.2 The modification shall also be prepared, sealed, marked and despatched in accordance with the provisions of Clause 1, with the outer and inner envelopes additionally marked modification or withdrawal, as appropriate. A withdrawal notice may also be sent by telex or cable, but followed by a signed confirmation copy post marked not later than the deadline for submission of bids. 4.3 No bid shall be modified after the deadline for submission of bids. 4.4 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder s forfeiture of his bid security pursuant to Sub-Clause 13.7 B BIDDING DOCUMENTS 5. Content of Bidding Document 5.1 The Bidding Documents/ Tender Documents are those stated below and should be read in conjunction with any addenda issued in accordance with ITB Clause 7. 1) Invitation for Bid (IFB) 2) Annexure-I to IFB - Format A: Annual Turnover - Format B: Financial Situation - Format C: Checklist of documents to be submitted by Bidders 3) Acknowledge-cum-consent Letter 4) Submission of Bid
31 5) Instruction to Bidder (ITB) - Annexure to ITB Annexure-I : Bid Evaluation Criteria Annexure-II : List of Formats Annexure-III: Commercial Questionnaire Annexure-IV: Check List 6) Special Condition of Contracts - Annexure I to SCC: Technical Details 7) Price Format 8) Draft Agreement 5.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. The Invitation for Bids (IFB) together with all its attachments thereto, shall be considered to be read, understood and accepted by the Bidders. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at Bidder s risk and may result in the rejection of his bid. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents may notify MECON in writing or by fax or at MECON s mailing address indicated in the Invitation for Bids not later than 3 days prior to the deadline. MECON may, if deem appropriate, respond in writing to the request for clarification. Written copies of MECON s response (including an explanation of the query but without identifying the source of the query) will be sent to all prospective Bidders who have received the bidding documents. Any Clarification or information required-by the Bidder but same not received by the Employer, three days prior to the bid due date, the same is liable to be considered as no clarification/information required. In pre-bid meeting conference, all questions/ queries should be referred to MECON on or before scheduled date of pre-bid conference. The question/ queries received by MECON prior to pre-bid conference will be addressed in the pre-bid conference & no separate communication will be sent to Bidders 7. Amendment of Bidding Documents 7.1 At any time prior to the bid due date, MECON may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the bidding documents
32 7.2 The amendment will be notified in writing or by fax or to all prospective Bidders, at the address, fax numbers, id provided by the Bidder, who have received the Bidding Documents and will be binding on them. 7.3 In order to afford prospective Bidders, reasonable time in which to take the amendment into account in preparing their bids, MECON may, at its discretion, extend the bid due date. C. PREPARATION OF BIDS 8. Language of Bid 8.1 The bid prepared by the Bidder and all-correspondence/drawings and documents relating to the bid exchanged by Bidder and MECON shall be written in English language. Any printed literature furnished by the Bidder may be written in another language so long as accompanied by an ENGLISH translation duly authenticated by the chamber of commerce of Bidders country, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern. Metric measurement system shall be applied. 9. Documents Comprising the Bid 9.1 The bid prepared by the Bidder shall comprise the following components: 9.2 Envelope -1: Super scribing Techno-Commercial Un-priced Bids (PART-A) Part-A: Techno-commercial un-priced Bid (to be furnished in one original and three copies) and shall contain the following: The tender will inter-alia include the following: i) Demand Draft/ Bank Guarantee for Earnest Money Deposit, as per Format F-4 ii) Power of Attorney/ authorisation with the seal of the Bidder in favour of the person signing the tender. iii) Memorandum & Articles of Association / Regulation governing the Bidder. iv) Banker s credit worthiness certificate. v) Current Income Tax clearance certificate/ Sales Tax Registration Certificate under Central Sales Tax & Sales Tax Acts of Mumbai vi) The Bidders Bank A/c no. and city, the PAN No. and issuing city, TIN / SRIN No. vii) Any other information the Bidder wishes to furnish viii) Documents as per Check List (Annexure-IV to ITB). ix) Documents required for Bidder s Eligibility as per IFB
33 The Bidder shall submit the following information in the technical part of the tender in addition to the information asked in Tender Document: i) Detailed descriptive approach envisaged for installation of new Hydrogen plant. ii) Process description and Process Flow Diagrams with details of Process licensor. iii) Proposed location plan and Plot Plan iv) Production parameters and specification of products and feed stock. v) Detailed specifications for equipment offered and mounting accessories etc. together with descriptive literature/ catalogue etc. vi) Descriptive write-up for entire functioning of the system. vii) Certificate substantiating the capability of the system offered to perform as per technical specification. viii) Details of Sub-Bidder, if any, Bidder proposes to engage for construction of Plant. ix) All required documents as stated in Format C ( Annexure-I to IFB) x) Documents as per Technical Details to be submitted by the bidder (Annexure-I to SCC). xi) Any other relevant data the Bidder feels necessary to include. The Bidder shall satisfy MECON / HPCL & BPCL that he possesses the necessary experience and that he has at his disposal suitable modern facilities and specialized employees to discharge his obligations under the Agreement. The Bidder shall satisfy MECON / HPCL that he is financially in a position to fulfill contractual obligations offered to be undertaken by him. The Bidder shall also satisfy MECON / HPCL & BPCL that he is competent and legally authorised to submit the tender and/or to enter into a legally binding Agreement with HPCL/ BPCL. Note: All pages of the bid to be signed and sealed by authorized person of the Bidder. 9.3 Envelope-II: Super scribing Price Bid- Not to Open with Techno-Commercial Un-priced Bid - PART-II Part-II: Price Format including price variation criteria Part-II shall contain one original and one copy of Price Format duly filled in, in separate sealed envelopes duly signed and stamped on each page super scribing on the sealed envelope Price - Do Not Open. In case of any correction, the Bidders shall put his signature and his stamp
34 9.4 Envelope-III: Super scribing Bid Security, Tender Fee & Bidders Eligibility Criteria Including Submission of Supporting Documents Part-III shall contain original Bid security, Tender Fee & Bidders Eligibility Criteria Including Submission of Supporting Documents in separate sealed envelope. 10. Bid Prices 10.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the entire scope of work as described in Bidding Document, based on the rates and prices submitted by the Bidder and accepted by the EMPLOYER Prices must be filled in format for Price Format Part- II enclosed as part of Bidding Document. If quoted in separate typed sheets and any variation in item description, unit is noticed; the bid is liable to be rejected Bidders to note that Hydrogen Plant will be owned by the SELLER/ BIDDER, it is appropriate that construction cost is an in-built part of the tariff / facility charge and is not discussed separately Bidder should not quote any such component like Extra or At Actual in their Price Bids The Bidder shall quote the prices both in figures as well as in words. There should not be any discrepancies between the price indicated in figures and the price indicated in words. In case of any discrepancy, the price indicated in words shall prevail over the price indicated in figure Alternative bids shall not be considered. 11. Bid Currencies 11.1 Bidders should submit bid in Indian Rupees and receive payment in Indian Rupees 11.2 DELETED 12. Bid Validity 12.1 Bids shall be kept valid for 4 (four) month from the final bid due date. A bid valid for a shorter period may be rejected by MECON as non-responsive 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 fax / . A Bidder may refuse the request without forfeiture of his 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 its bid security for the period of the extension and in accordance with Clause 13 in all respects
35 13. Bid Security 13.1 Pursuant to Clause-IV A of IFB, the Bidder shall furnish, as part of his bid, bid security in the amount specified in the Invitation for Bids (IFB) The bid security is required to protect HPCL against the risk of Bidder s conduct which would warrant the security s forfeiture, pursuant to Clause The bid security in US Dollars for Bidders quoting in foreign currency or in Indian Rupees for Bidders quoting in Indian currency shall be in the form of a Bank Draft/ Banker s Cheque/ Bank Guarantee or Letter of Credit. HPCL shall not be liable to pay any bank charges, commission or interest on the amount of Bid Security. In case Bid Security is in the form of a Bank Guarantee, the same shall be from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve bank of India as scheduled foreign bank in case of Indian Bidder and from any reputed International bank or Indian scheduled bank in case of foreign Bidder. However, in case of Bank Guarantee from banks other than the Nationalised Indian banks, the bank must be commercial bank having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the Bank Guarantee itself or separately on its letterhead. Bid Security shall be valid for 2 months beyond the validity of the Bid Any bid not secured in accordance with Clause-13.1 and 13.3 may be rejected by MECON / HPCL / BPCL as non-responsive Unsuccessful Bidder s bid security will be discharged/ returned as promptly as possible, but not later than 30 days after the expiration of the period of bid validity prescribed by HPCL & BPCL, pursuant to ITB Clause The successful Bidder s bid security will be discharged upon the Bidder s accepting the award & signing the Agreement and furnishing the Contract Performance Security 13.7 The bid security may be forfeited: a) the tender is revoked during its validity period, b) the prices are increased unilaterally by the Bidder after the tender opening and during validity period of the tender, c) in the case of a successful Bidder, if the Bidder fails: i) to accept the Notification of Award/Fax of Award (FOA) or ii) to furnish Contract Performance Security iii) to accept arithmetical corrections,
36 The Bidder shall give undertaking to this effect alongwith the tender Bid Security should be in favour of Hindustan Petroleum Corporation Limited, Mumbai and addressed to HPCL. In case Bid Security is in the form of Bank Guarantee, the same must indicate the Bid Document and the work for which the Bidder is quoting. This is essential to have proper co-relation at a later date. The Bid Security shall be in the form provided at Format F-4 (Bank Guarantee). 14. Pre-Bid Meeting As per Clause VII of IFB 14.1 The Bidder(s) or his designated representative, who have purchased bid document, are invited to attend a pre-bid meeting which will take place as indicated in IFB The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage Text of the questions raised and the responses given, together with any responses prepared after the meeting, will be transmitted without delay (without identifying the sources of the question) to all purchasers of the bidding documents. Any modification of the bidding documents that may become necessary as a result of the pre-bid meeting shall be made by MECON exclusively through the issue of an Addendum and not through the minutes of the pre-bid meeting Non-attendance of the pre-bid meeting will not be a cause for disqualification of a Bidder. 15. Format and Signing of Bid 15.1 The original and all copies of the bid shall be typed or written in indelible ink (in the case of copies, photocopies are also acceptable) and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder. The name and position held by each person signing, must be typed or printed below the signature. All pages of the bid except for un-amended printed literature where entries or amendments have been made shall be initialed by the person or persons signing the bid The bid shall contain no alterations, omissions, or additions, unless such corrections are initialed by the person or persons signing the bid. 16. Tender Rejection 16.1 Tender that is received after the schedule time and date of submission shall not be opened Tender that is received without appropriate pre-determined earnest money & Bidders Eligibility Criteria including submission of supporting documents shall not be considered
37 16.3 MECON/ HPCL & BPCL reserves the right to reject a tender if it deviates materially from the conditions mentioned in the tender document and if tenders are conditional MECON/ HPCL & BPCL also reserves the right to reject a tender and ask for revised price bids without assigning any reason whatsoever. 17. Bids from Joint Venture Bids from Consortiums shall not be accepted. A Joint Venture of not exceeding 2 partners is permitted to bid, provided the Joint Venture is registered in India or elsewhere in the world and it meets the Bidders Eligibility Criteria. A copy of the Joint Venture Agreement indicating the detailed division of work between the Joint Venture Partners shall be furnished, The Joint Venture Agreement shall also indicate the lead partner who will have managerial control and deal with HPCL & BPCL/ MECON. 18. A firm shall submit only one bid in the same bidding process, either individually as a Bidder or as a Joint Venture. A firm, if acting in the capacity of subcontractor in any bid, may participate in more than one bid, but only in that capacity. A Bidder who submits or participates in more than one bid will cause all the proposals in which the Bidder has participated to be disqualified. 19. Cost of Bidding 19.1 The Bidder shall bear all costs associated with the preparation and submission of the bid, and MECON / HPCL & BPCL will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 20 Site Visit 20.1 The land for installation of Hydrogen Plant and Route & ROU for laying of pipelines from his plant to HPCL / BPCL has to be arranged by the Bidder The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into Agreement as per the Bidding Document. The costs of visiting the Site shall be at the Bidder s own expense The Bidder and any of its personnel or agents will be granted permission by the HPCL to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection
MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL)
MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR RATE CONTRACT FOR THE PERIOD OF 2 YEARS FOR HIRING OF SUPPORT SERVICES
More informationMAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL)
GAS L TD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR Development & Implementation of Dynamic Web Application, Hosting & AMC for UNDER LIMITED
More informationProcurement 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 information12 NB Dabka - Dhuvaran CS Gas Pipeline
GAIL (India) Limited (A Govt. of India Undertaking) BARODA, INDIA 12 NB Dabka - Dhuvaran CS Gas Pipeline BID DOCUMENT FOR REHABILITATION OF 12 NB PIPELINE ACROSS MAHI RIVER UNDER DOMESTIC COMPETITIVE BIDDING
More informationBharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi
Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi -682302 Ref No. P&CS/J14/12055 dated 25.05.2012 TENDER NOTICE Sealed Tenders are invited in two part system (Part
More informationNOTICE 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(e-procurement System)
B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69
More informationSTANDARD BIDDING DOCUMENT (SBD)
STANDARD BIDDING DOCUMENT (SBD) DESIGN, SUPPLY & INSTALLATION OF PLANT & EQUIPMENT (TURNKEY BASIS) STEEL AUTHORITY OF INDIA LIMITED May 2009 Instructions to Bidders (ITB) Form of Contract Agreement with
More informationMANGALORE REFINERY AND PETROCHEMICALS LIMITED
NOTICE INVITATION FOR BIDS (IFB) FOR CAPACITY PLATFORMER-2 / CCR-2 / PSA-2 / AT MANGALURU, KARNATAKA Tenders are invited by L&T-Chiyoda Limited, Vadodara (LTC), for and on behalf of M/s Mangalore Refinery
More informationRequest 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 informationThe bidders, intending to participate shall fulfil the following qualification criteria (Financial & Technical):
() Name of work: High Performance Liquid Chromatograph Bidding Document No: 1.0 HPCL invites sealed bids on unit rate basis for SUPPLY OF HIGH PERFORMANCE LIQUID CHROMATORAPH ALONGWITH SPARES AND CONSUMABLES
More informationfor 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 informationTHE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES
THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS
More informationGAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA
GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA LUCKNOW & KANPUR CITY GAS STATION (CGS) TELECOM CONNECTIVITY PROJECT BID DOCUMENT FOR PROCUREMENT OF TELECOMMUNICATION EQUIPMENTS UNDER
More informationALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018
ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018 1. Allahabad Bank, CBS Office, CIDCO Banking Complex II (5 th & 6 th Floor,
More informationDIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR
DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR Transportation of free textbooks and exercise books from Balbharti godown to block level in Maharashtra
More informationSTATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:
STATE BANK OF INDIA ATM Operations Department Local Head Office (First Floor) Bank Street, KOTI, Hyderabad 500 095 Phone : 040-23466621 Fax: 040-24762476 Tender Document No: ATM/01/2015-16 Dated: 23.09.2015
More informationSUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT
SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018
More informationMAHARASHTRA NATURAL GAS LTD, PUNE (JV of GAIL (India) Ltd & BPCL)
NATURAL GAS LTD, PUNE (JV of GAIL (India) Ltd & BPCL) BID DOCUMENT FOR Supply of Laptops, Supply & Installation of MS Office & Quick Heal Antivirus in Laptops / Desktops at various offices of MNGL, Pune
More informationCost 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 informationChennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)
Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/04/2017 Date: 17.07.2017 Sub: Invitation of sealed quotation for Supply, Installation, Testing & Commissioning
More informationMinistry 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 informationTENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-
TENDER DOCUMENT FOR Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of Domestic and International Air Tickets Name of the Agency:- Address:-... Contact Person: Phone/ Mobile: E-mail Id: LAST
More informationGOVERNMENT OF KARNATAKA
Annexure I K/W-1 GOVERNMENT OF KARNATAKA -------------------------------------------------- (Name of Organization) ------------------------------------------------ ----------------------------------------------
More informationTender 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 informationSTANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard
More informationMOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT)
1 MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT) SHORT TERM NOTICE INVITING TENDER Director & Principal, Moti Lal Nehru School of Sports, Rai, District Sonipat (Haryana)-131029 invites sealed tenders for
More informationChennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)
Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/OPN/1/TEN-02/2017 Date: 22.06.2017 Sub: Invitation of sealed quotation for Procurement of Plastic Chairs.
More informationCENTRAL 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 informationWebel 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 informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-06-2017 TENDER FOR ASBESTOS REMOVAL AND ROOFING OF MATENDENI STAFF HOUSES & 7- FORKS PRIMARY. (EXCLUSIVE TO FIRMS OWNED BY THE WOMEN ). Kenya Electricity
More informationGAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd)
GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd) Tender for Appointment of Internal Auditor for GAIL GAS. Under Limited Domestic Bidding through E-Tendering E-Tender No: 6000000624 BIDDING
More information4. A bid Security of US $1, must be submitted along with the bid.
i Invitation for Bids (IFB) Cooperative Republic of Guyana Tender Specification Number GPL - PI - 018-2014 Engineering, Procurement and Construction of a water treatment system at Vreed-en-Hoop 1. The
More informationDraft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks.
Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks. 1. INTRODUCTION Brihanmumbai Electric Supply & Transport Undertaking (BEST Undertaking)
More informationProcurement of Goods
Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Goods The World Bank March
More informationBHAGYANAGAR GAS LIMITED (A JOINT VENTURE OF HPCL & GAIL)
BHAGYANAGAR GAS LIMITED (A JOINT VENTURE OF HPCL & GAIL) CNG & CITY GAS DISTRIBUTION PROJECT AT KAKINADA BID DOCUMENT FOR FIRE PROTECTION SYSTEM ASSOCIATED CIVIL & ELECTRICAL WORKS FOR CGS CUM MOTHER STATION
More informationINDIAN OIL CORPORATION LIMITED GUJARAT REFINERY
ThyssenKrupp Industrial Solutions (India) INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY BS-IV PROJECT REQUEST FOR QUOTATION (RFQ) / NOTICE INVITING TENDER (NIT) FOR 50/5T DOUBLE GIRDER EOT CRANE WITH
More informationREPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)
REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive
More informationINVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED
INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED Last date for submission of application : 20.01.2019 WEBEL TECHNOLOGY LIMITED
More information1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.
Cost of the Tender Document: Rs. 500/- (Rupees Five Hundred only) CENTRAL UNIVERSITY OF KASHMIR Administrative Campus: Nowgam Bypass, Near Puhroo Crossing Nowgam, Srinagar 190 015 (J&K) Phone: 0194-2140130,
More informationProcurement of Small Works
STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any
More informationTACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333).
TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333). TENDER No.: TACTV/11/Car/2015 dt.11.01.2016. Tamil Nadu Arasu Cable TV Corporation Ltd.,
More informationTENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun
TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA Regional Office Dehradun BANK OF BARODA Regioanl Office, 410- Indra Nagar Colony, Dehradun Bank of Baroda Regional Office 410- Indra Nagar
More informationSECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES
SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES A. Introduction 1 Source of funds 2 Eligible goods and services 3 Cost of bidding B. Bidding Documents 4 Content of bidding documents 5 Clarification
More informationBID 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 informationCRFQ No E - TENDER No. : 16507
INSTRUCTIONS TO BIDDER 1. Competitive offers are invited in two-part bid- Bid Qualification Cum Techno Commercial Bid and Price Bid - from eligible bidders. We shall be glad to receive your lowest quotation
More informationProcurement of Works & User s Guide
S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial
More informationCHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS
PART II TECHNICAL SECTION CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS ( INTERNATIONALCOMPETITIVE BIDDING) FOR CENTRIFUGAL FEED PUMPS (77-G101 A/B) CHENNAI
More informationSub.: 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 informationGOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO
W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION
More informationDATED: 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 informationGovernment of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.
Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium
More informationTENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS
Document No : 834 /IT/2016 TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED
More informationChennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)
Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/07/2017 Date: 01.09.2017 Sub: Invitation of sealed quotation for Supply of Ultra Sonic Bird Repeller
More informationSTANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)
STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana
More informationRef. 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 informationCost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT
Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF
More informationSOFTWARE 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 informationSUPPLY & 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 informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-023-2017 TENDER FOR DESIGN, MANUFACTURE, FACTORY TRAINING AND TESTING, DELIVERY, SUPERVISION OF ASSEMBLY, INSTALLATION, TESTING AND COMMISSIONING OF
More informationTHE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) EXPRESSION OF INTEREST FOR. Sale of Non-Agricultural LAND (Residential) AT SANGLI
THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) EXPRESSION OF INTEREST FOR Sale of Non-Agricultural LAND (Residential) AT SANGLI THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA H.O.: ICAI Bhawan,
More informationSTANDARD 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 informationat 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 informationGOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE
W 2/LS GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) NAME OF WORK : PERIOD OF SALE OF : FROM BIDDING DOCUMENT TO TIME AND DATE OF : DATE TIME HOURS PRE-BID
More informationTENDER 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 informationa) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to
GAIL INDIA LTD.. INVITATION FOR BIDS (IFB) FOR CATHODIC PROTECTION SYSTEM WORKS FOR GAIL PETROCHEMICAL COMPLEX-II, PATA (U.P.) (BIDDING DOCUMENT NO. A096/T-205/10-11/RKS/19) (INTERNATIONAL COMPETITIVE
More informationBid Document for Supply of Linen
Bid No. : NJA/Admin/Linen/2017/11/ Date: 28/10/2017 Bid Document for Supply of Linen NATIONAL JUDICIAL ACADEMY P.O. Suraj Nagar, Bhadbhada Road, Bhopal- 462044 Telephone (EPABX) : 0755-2432500, Fax : 0755-2696904
More informationMAHARASHTRA 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 informationNOTICE INVITING AUCTION FOR SALE OF SCRAP
Ref. No.: WBUAFS/Regr./Moh/A-1/2120 Date:13.09.17 NOTICE INVITING AUCTION FOR SALE OF SCRAP Sealed bids are invited from reputed, experienced and bonafide Contractors for Disposal of damaged, broken and
More informationAgriculture Insurance Company of India Ltd., Head. Head Office, New Delhi
Agriculture Insurance Company of India Ltd. Head Office, New Delhi Tender Document Notice inviting tender for hiring services for Farm Level Loss Assessment of banana plantations with the Use of Mobile
More informationTENDER NO KRC/2017/321
TENDER NO KRC/2017/321 PROPOSED CLEANING OF MOSAIC TILES AND GLASS WINDOWS AT ANNIVERSARY TOWERS, KENYA RE TOWERS (UPPER-HILL) AND RE-INSURANCE PLAZA (NAIROBI AND KISUMU) Quantity Surveyor: BUILDNETT CONSULTANTS
More informationBIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17
i BIDDING DOCUMENT TENDER No. : ZICTA/ORD/05/17 TENDER FOR THE PROVISION OF AIR TRAVEL MANAGEMENT SERVICES ON CONTRACTUAL BASIS FOR A PERIOD OF 12 MONTHS TO THE ZAMBIA INFORMATION AND COMMUNICATIONS TECHNOLOGY
More informationRef. 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 informationNAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD
NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WDF/SS/T/113/2016/2017 PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA
More informationNOTICE INVITING TENDER
Board of School Education Haryana NOTICE INVITING TENDER Sealed tenders are hereby invited from experienced service providers for providing the Signal Silencer / Jammer to block voice/image transmission
More informationGOVERNMENT OF KARNATAKA
GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMAKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF ADDITIONAL
More informationSTATE 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 informationTender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018
Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018 Last date for submission of bids : 27.06.2018 upto 05.00 P.M. Date of opening of Online bids : 28.06.2018 at 11.00 A.M. Sealed Tenders are invited
More informationREQUEST 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 informationInformation and Communication Technology Agency of Sri Lanka
Information and Communication Technology Agency of Sri Lanka BIDDING DOCUMENT Procurement of Supply, Delivery and Installation of Cluster Expandability for Critical Needs of Lanka Government Cloud - 1
More informationGOVERNMENT OF KARNATAKA
Annexure III K/W-3 GOVERNMENT OF KARNATAKA -------------------------------------------------- (Name of Organization) ------------------------------------------------ ----------------------------------------------
More informationTender 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 informationANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai
ANNEXURE - A Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai-400 051 EMPANELMENT OF -5- OFF SET PRINTERS Bank of Baroda, Baroda Sun Tower, Mumbai invites
More informationWEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR
WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR Replacement of 800 AMP Air Circuit Breaker (Manual Draw-out)at
More informationTENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR
BHARAT HEAVY ELECTRICALS LIMITED CENTRALISED STAMPING U & FABRICATION PLANT, TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR Tender Enquiry
More informationNepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories
Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of Cable Network Tools and Accessories July 2014 ===========================================================================================================
More informationBASTAR 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 informationREPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS TENDER NO: JUD/135/2014-2015 1 AIR CONDITIONING WORKS
More informationICSI 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 informationADVANCED TECHNICAL TRAINING
ADVANCED TECHNICAL TRAINING CENTRE AN ISO 9001:2008 CERTIFIED INSTITUTE BARDANG, SINGTAM, EAST SIKKIM - 737134 Telephones: (03592) 233482/9002735427/9434035381 Email: attc.skmpoly@gmail.com COMPETITIVE
More informationHindustan 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 informationAutomation of Winding Drawings for Power Transformer
BHARAT HEAVY ELECTRICALS LIMITED (A GOVERNMENT OF INDIA UNDERTAKING) P.O.-BHEL, JHANSI - 284129 Transformer Engineering Department Automation of Winding Drawings for Power Transformer CONTACT PHONE- 0510-2412791
More informationICSI HOUSE, C-36, Sector-62, Noida
ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR OPENSTAGE PHONE MODEL 40T AND 15T LAVA WITH CONNECTING CORD & WITHOUT LICENSE (HSN CODE 85177090) Ref: ICSI/PC-2017/RFQ-2708 Date: March 27, 2018
More informationTENDER FORM. (To be submitted along with technical bid)
TENDER FORM (To be submitted along with technical bid) Page 1 TENDER NOTIFICATION NO: DTU/LIB/BK-BIND/2015-16/ Phone No:- 27871419 The REGISTRAR, Delhi Technological University, Bawana Road, Delhi-110042
More informationGOVERNMENT OF KARNATAKA
Annexure IV GOVERNMENT OF KARNATAKA -------------------------------------------------- (Name of Organization) ------------------------------------------------ ----------------------------------------------
More informationNIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.
NIT for Tender No. GCO 8770 P19 Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. Tender No GCO 8770 P19 Service Description Services of maintaining OIL'S
More informationEmpanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016
ALLAHABAD BANK DEPARTMENT OF INFORMATION TECHNOLOGY ZONAL OFFICE, BHAGALPUR NOTICE INVITING TENDER FOR EMPANELMENT OF VENDORS FOR SUPPLY AND INSTALLATION OF BATTERIES FOR UPS IN BHAGALPUR ZONE (Ref No.
More informationLIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017
LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017 CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA 2, COMMUNITY CENTRE, PREET VIHAR, DELHI Page 1 CENTRAL BOARD OF SECONDARY
More informationIndian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai
Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai -400033 Tender No. IMU-MPC/Vehicle Hire/2018-2019/07 Dated: 25-05-2018 TENDER NOTIFICATION Sealed
More information