The A.P. Mineral Development Corporation Limited (A State Government Undertaking)

Size: px
Start display at page:

Download "The A.P. Mineral Development Corporation Limited (A State Government Undertaking)"

Transcription

1 The A.P. Mineral Development Corporation Limited (A State Government Undertaking) E-TENDER FOR Selection of Consultant for Formulation of Pricing Strategy for Barytes mineral The A.P. Mineral Development Corporation Limited (A State Government Undertaking) 294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village, Penamaluru Mandal, Vijayawada , Andhra Pradesh Tel: , Fax: Nodal Officer Sri M. Gopichand Naik, Addl. General Manager (Marketing) Contact: id: apmdcmarketing@gmail.com; apmdcltd@yahoo.com Tender No.: APMDC/M&S-98/Pricing Strategy/2017 Dated: 2 nd September, 2017 Tender Document Fee: INR 10,000/- (Non-Refundable) (Indian Ten thousand only) Note: The Tender Document Fee is non-refundable and non-transferable. 1

2 Notice Inviting Tender The A.P. Mineral Development Corporation Limited 294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village, Penamaluru Mandal, Vijayawada , Andhra Pradesh Tel: , Fax: apmdcmd@yahoo.com ; apmdcmarketing@gmail.com E- Tender for Selection of Consultant for formulation of Pricing Strategy for Barytes mineral Tender No: APMDC/M&S-98/Pricing Strategy/2017 dated 2 nd September, 2017 The Andhra Pradesh Mineral Development Corporation Limited (hereafter referred as APMDC or the Corporation ), fully owned by the Govt. of Andhra Pradesh, invites tenders from reputed International Consulting Agencies to formulate the pricing Strategy for Barytes Mineral. APMDC is the largest Producer and supplier of Barytes in India. Barytes is primarily used in Oil & Gas well drilling, with 90% of the production exported. The bidders will be required to study the Global Barytes market in terms of international supply & demand trends, international pricing and formulate an appropriate pricing strategy for APMDC.. The tender document for the e-tender can be downloaded from the APMDC website or from the website of AP E-Procurement from onwards. Terms and conditions, timelines etc. for participating in the e-tender shall be as provided in the tender document and the terms and conditions of AP E-Procurement portal shall also apply, if any. The intending bidders shall register themselves with the AP E-procurement portal using valid Digital Signer Certificate. The bidders need to submit a bid security of INR 5,00,000 ( Five lakhs Rupees only) through Online Payment in the E-Procurement portal. Interested bidders can participate in the bidding only after payment of a non-refundable tender fee of INR 10,000 (Ten Thousand Only) in addition to bid security and other required documents. Last date for submission of Technical Bid is by 15:00 hrs. Any further communications, amendments etc. shall be available on the above website of AP E-Procurement and the website of APMDC and there will be no newspaper notification/advertisement in this regard. APMDC reserves the right to (i) reject any or all bids without assigning any reasons whatsoever, (ii) reschedule / postpone the bid date (s) due to any unforeseen circumstances at any stage of the bid process, (iii) cancel or annul the entire bid process without assigning any reasons whatsoever. (Ch. Venkaiah Chowdary, IRS) Vice Chairman & Managing Director 2

3 Key Dates Sl. No. Event Description Date 1. Publication of notice inviting tender in newspaper Posting of tender document on APMDC website & APTS website and Commencement of registration with APTS Last date of receiving queries from Interested Bidders Before 15:00 hours IST, Pre-bid conference for registered bidders 5. Responses to queries by APMDC 6. Technical Bid due date Announcement of the Technically Qualified Bidders Date of E-Tender (Commercial Bid opening) of technically qualified bidders 9. Announcement of Preferred Bidder 10. LOI and LOE 10. Submission of Draft Report 11. Submission of Final Report At 15:00 Hrs On or before 15:00 Hours IST Note: In case any of the dates fall on a holiday/ Sunday, the date will automatically shift to the next working day. 3

4 Data Sheet Sl. No. Parameter Details 1 Tender Document Fee INR 10,000 (Rupees Ten Thousand Only) 2 APTS Transaction fees for the tender 2 Amount of Bid Security INR. 7,500/- + GST online in the E-Procurement portal during Bid submission INR 5,00,000 (Rupees Five Lakhs Only) 3 Amount of Performance Security 10% of the value of the contract 4 Nodal Officer 5 address for submitting pre-bid queries Mr. M. Gopichand Naik, Addl. General Manager (Marketing) Mobile: apmdcmarketing@gmail.com; apmdcltd@yahool.com; 6 Address of Corporation 294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village, Penamaluru Mandal, Vijayawada , Andhra Pradesh Tel: , Fax: Venue for pre-bid meeting APMDC Office at Vijaywada 8 Tender No. APMDC/M&S-98/Pricing Strategy/2017 4

5 CONTENTS OF THE TENDER DOCUMENT A. Disclaimer... 6 B. Introduction... 7 C. Scope of Work... 7 D. Eligibility Criteria E. Pre-Bid Conference F. Terms and Conditions ANNEXURE 1- Proforma to acknowledge the bid Document ANNEXURE 2- Bidders Organization & Experience ANNEXURE-3: Letter of Offer ANNEXURE 4: Price Bid Format ANNEXURE 5: Performance Bank Guarantee ANNEXURE-6: Authorization Letter ANNEXURE 7: Format for Power of Attorney for Authorized signatory

6 A. Disclaimer The Information contained in this Tender document or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of APMDC or any of their employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this Tender and such other terms and conditions subject to which such information is provided. This Tender is neither an agreement nor an offer by APMDC to the prospective Bidders or any other person. The purpose of this Tender is to provide interested Bidders with information that may be useful to them in making their Bids/Proposals pursuant to this Tender. This tender may not be appropriate for all persons, and it is not possible for APMDC, its employees or advisors to consider the investment objectives, financial situation and particular needs of each bidder who reads or uses this tender. APMDC, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this tender or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the Tender and any statement or information contained therein or deemed to form part of this Tender or arising in any way for participation in the Bidding Process. APMDC also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this Tender. APMDC may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this Tender. The issue of this tender document does not imply that APMDC is bound to select a bidder and APMDC reserves the right to reject all or any of the Bidders or bids without assigning any reason whatsoever. Each Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by APMDC or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder This Tender Document is not transferable. The price paid by the Bidder for the Tender Document shall not be refunded. 6

7 B. Introduction The Andhra Pradesh Mineral Development Corporation Ltd. ( APMDC or the Corporation ) is a fully owned undertaking of the Government of Andhra Pradesh. It was incorporated on 24 February 1961 under the Companies Act APMDC is engaged in commercial exploitation of various minerals. APMDC is playing a proactive role in the exploitation of valuable mineral resources and in the development of mining infrastructure and mineral based industries in the state of Andhra Pradesh. APMDC is set to undertake several innovative and definitive measures in this regard. APMDC is India s largest producer and supplier of Barytes since 1975 from its mines situated in Mangampet Village, Kadapa District of A.P., India. This Barytes deposit is the single largest deposit in the world and accounts for 95% of the Indian Reserves spread over an extent of Ha. The quality of Barytes Mineral extracted from the mine is renowned globally for its Oil Drilling Grade and other applications. The Andhra Pradesh Mineral Development Corporation Limited (APMDC Ltd.) has an existing production capacity of 3 Million Tonnes per annum and is planning to step up the production to 5 Million Tonnes per annum. The sales of Barytes is done through a Global E-Auction cum E- tender Process, with a minimum floor price. This tender document is being issued by APMDC to hire a consultant for formulation of Pricing Strategy for Barytes mineral. This grade wise pricing strategy will be used to decide the floor price for the sale of Barytes through e-tender cum e-auction route. C. Scope of Work 1. Background Barytes is the major product of the Corporation, primarily used as a weighing agent in Oil & Gas well Drilling. APMDC produces & sells three different grades of Barytes namely: 1. A Grade : Specific Gravity 4.20 and above 2. B Grade: Specific Gravity 4.10 and above 3. CDW Grade: Low Grade Barytes with ~30% waste The 3 different grades of Barytes are primarily used in Oil & Gas well drilling (About 85%). The balance is used in Chemical Industry for manufacture of Barium Chemicals. For use in Oil & Gas well Drilling, Barytes is consumed as per API (American Petroleum Institute) Specification 13A. 7

8 The sales of Barytes (all Grades) is done through a Global E-Auction cum E-tender Process, with a minimum base price. In this respect, the successful bidder shall be required to formulate an appropriate Pricing Strategy and develop pricing mechanism for Barytes for all Grades which will be used to decide the floor price for the Barytes sales tender. The broad scope of work shall be as follows: PART A: One time Pricing Strategy for Barytes 1. Critical Evaluation of Existing prices & Sales Practices in the light of the changed market dynamics 1.1. Review of recent prices & its impact on sales performance 1.2. Review of Premium & Discounts on different Grades (based on specific gravity) 1.3. Analysis of Incentives to further expand market and increase Sales 1.4. Any other Sales Parameter to be modified/reviewed 2. Assessment of Global Barytes market 2.1. Review & future assessment of global Oil & Gas industry, being the key end use sector 2.2. Trend in global demand for Barytes in terms of various geographic regions 2.3. Trend in global supply of Barytes from different geographical regions 2.4. New market developments and changing demand dynamics of Barytes 2.5. Future outlook for Barytes demand 3. Review of the Barytes pricing environment 3.1. Review of the trend in Barytes prices in India and in the international market 3.2. Analysis of market environment on the pricing trend 3.3. The trend in APMDC Barytes prices and its impact on APMDC sales 3.4. Future outlook on Barytes prices in the international market 3.5. Future pricing strategy for the APMDC Barytes for different grades 4. Future outlook for Barytes Prices 4.1. Assessment of International Barytes Prices of key competing countries through secondary sources as well as primary research 4.2. Future market scenario of global Oil & Gas sector and its impact on Barytes prices 4.3. Consultation with key Stakeholders 4.4. Examining of various options for Pricing of APMDC Barytes ore on Ex-Mine Basis & FoB basis for different grades A Grade Barytes (with Sp. Gr. of 4.20 or higher) 8

9 B Grade Barytes (with Sp. Gr. of 4.10 or higher & < 4.20) CDW Grade Barytes (with Sp. Gr. of < 4.0) The following Outcome/deliverables are expected from this exercise 1. Base Price for Barytes Sales Tender in line with International market for all three Grades. 2. Appropriate timing and duration of Barytes Sales Tender 3. Allocation percentage for Export & Domestic market 4. The parameters based on which the base price of Barytes Sales Tender may be set/reviewed. 5. Setting up benchmark for the future Barytes price review The Successful Bidder shall also be required to present to the Board of APMDC on its Pricing Strategy PART B: Update of Pricing Strategy for Barytes APMDC intends to update the pricing strategy after the period of around 6 months. For this purpose, successful bidder needs to update pricing strategy of Part A including following considerations. 1. Review of the Corporation s sales performance during previous 6 months 2. Impact of APMDC s pricing strategy on Sales vis-à-vis previous periods 3. Key changes in the market dynamics and its impact on Barytes Prices 4. Any other aspects that are strategically important for the Corporation Accordingly, the successful bidder will have to update the entire analysis as per the scope mentioned in Part A above and submit the report for the revised pricing strategy. 2. Time Duration a. For Part A: The entire scope of work shall be completed strictly as per the timelines mentioned on page 3 of the tender document. b. For Part B: The entire scope of work shall be completed within a period 15 days from the date of intimation by APMDC. 3. Report Submission For both Part A and Part B i. The consultant shall submit a draft report initially and final report after considering the observations made by APMDC on the draft. ii. Both the draft & final report shall be submitted in 5 (five) hard copies and in 2 (two) soft copies in Media drives (Pen Drives). 9

10 D. Eligibility Criteria The interested bidder shall qualify the following requirements. S No Criteria Specific requirement Documents required 1 Bidder turnover The bidder should have a minimum average annual Consulting turnover of INR 50 Crore from Indian operations over the last three financial years (FY 14-15, FY and FY 16-17) Extracts from the audited Balance sheet and Profit & Loss Account; OR Certificate from the statutory auditor / independent chartered accountant 2 Technical capability During the last five years, Bidder should have completed at least 2 mining projects for Government/PSU entities & 2 mining projects for private entities (private entity having turnover of not less than INR 500 Crore in at least one of the last 3 years i.e. FY14-15, FY15-16 or FY16-17). Out of the above 4 mining Projects, at least 2 of the projects should involve formulation of Pricing Strategy/Development of pricing mechanism. Out of these 2 projects at least 1 should be for Government/PSU entities. Copies of work order along with client certificate stating completion of the project(s) (Mining Projects refers to consulting studies related to any major or minor minerals, except oil & gas) 3 Legal entity The bidder should be a registered Partnership firm registered under the Partnership Act 1932 or a Limited Liability Partnership under the Limited Liability Partnership Act of India, 2008 or a Company (private/ public) registered in India under Indian Companies Act 1956 or No consortium will be allowed. Certificates of Incorporation Memorandum of Association and Articles of Association Registration Certificate GSTIN, GST Registration/ARN PAN No. 10

11 The bidder must have PAN No. and shall have GST registration/ shall have applied for GST registration and operating in the Business Consulting /Management sector as of 31st March Bidder consulting capacity 5 Blacklisting Authorized 6 representative from bidder EMD & Tender 7 Document Fee The company should have at least 50 full time Consulting professionals (at least an MBA or equivalent OR B.E. / B. Tech or CA on the rolls of the company, as on tender publication date. A self-certified letter by the authorized signatory of the bidder that the bidder has not been blacklisted by any Central / State Government (Central/State Government and Public Sector) or under a declaration of ineligibility for corrupt or fraudulent practices as of date of Bid Submission must be submitted on original letter head of the bidder with signature and stamp. A power of attorney/copy of Board resolution with due authorization in the name of the person signing the bid The Bidder shall submit the tender document fee and EMD in the manner prescribed in clause F (3) & F(4) Summary Sheet including name, qualification and experience and should be attested by appropriate authority Self-Certified Letter by the Authorized Signatory Original Power of Attorney (notarized) (Annexure 7)/Board Resolution Copy *In the event financials for the latest financial year ( ) are not available, the financials for the immediately preceding three years must be demonstrated. E. Pre-Bid Conference 1. Bidders may seek clarifications or request further information regarding this Tender Document. 2. Any queries or requests for additional information concerning this Tender Document may be sent by to the Corporation at apmdcmarketing@gmail.com 11

12 3. The should clearly bear the following subject line: Queries/Request for Additional Information under Tender no. APMDC/M&S-98/Pricing Strategy/2017 f o r Selection of Consultant for formulation of Pricing Strategy of Barytes Mineral. 4. Each query should contain complete details of facts, information and Applicable Law relevant to the query and also the particulars of the person or Company posing the query. The Corporation reserves the right to not answer any query, including any query which is incomplete or anonymous. 5. The queries should be ed on or before the due date specified for receiving queries. 6. The Corporation shall endeavor to respond to the queries within the period specified. However, the Corporation reserves the right to not respond to any question or provide any clarification, in its sole discretion, and nothing in this Tender Document shall be taken or read as compelling or requiring the Corporation to respond to any question or to provide any clarification. 7. The Corporation shall upload the responses/ clarifications for queries on the websites of APMDC & APTS. The source of the query will not be mentioned. 8. A maximum of two representatives of each Bidder shall be allowed to participate in pre bid conference on production of duly issued authorization letter from the Bidder and proof of identity documents. During the course of pre-bid conference(s), the Bidders may seek additional clarifications and make suggestions for consideration of the Corporation. 9. The Corporation shall endeavor to provide clarifications and such further information, as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and competitive tender process. 10. The Corporation may also on its own, if deemed necessary, issue interpretations and clarifications to all Bidders. All clarifications and interpretations issued by the Corporation shall be deemed to be part of the Tender Document. Provided, however, that any nonwritten clarifications and information provided by the Corporation, its employees, consultants or representatives in any manner whatsoever shall not in any way or manner be binding on the Corporation. 11. The Corporation reserves the right to reschedule or cancel the pre-bid conference due to unforeseen circumstances with prior intimation to the Bidders. F. Terms and Conditions 1. Conflict of Interest The Corporation requires that the selected bidder provide professional, objective, and impartial advice and at all times hold the Corporation s interests paramount, avoid conflicts with assignments of other companies or their own corporate interest. 12

13 Any bidder shall not be recruited for any assignment that would be in conflict with their prior or current obligations to other Corporations / Entities, or that may place them in a position of not being able to carry out the assignment in the best interest of the Corporation. 2. Amendment of Tender Document: a. At any time prior to the e-tender due date, APMDC may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the Tender Document by the issuance of Addenda/Corrigenda. b. Any Addendum/Corrigendum issued hereunder shall be posted in the website of APTS and APMDC. No newspaper advertisement shall be issued in this regard. c. In order to afford the Bidders a reasonable time for taking an Addendum/Corrigendum into account, or for any other reason, APMDC may, in its sole discretion, extend the Technical Bid or the e-tender due date, if required. d. APMDC also reserves the right to modify or alter the Tender Document and also to withdraw or cancel the Bidding Process at any stage. 3. Tender Document fee Bidders are required to remit non-refundable tender document fee of INR 10,000 (Ten Thousand only) in favor of The AP Mineral Development Corporation Limited. Tender document fee may be received either in form of DD drawn in favor of The Andhra Pradesh Mineral Development Corporation Ltd. on any Scheduled / Nationalized Bank payable at Vijayawada or through RTGS / NEFT transfers. Document fee may be remitted through RTGS/ NEFT to the following Bank Account: 1. Name of the Beneficiary A P MINERAL DEVELOPMENT CORPORATION LTD. 2. Account Number IFS CODE ANDB Name of the Bank and Branch Andhra Bank, Tadigadapa, Vijayawada Note: Bank transfer charges either way would be on bidder s a/c only. 4. Earnest Money Deposit (EMD) The bidders are required to pay EMD amount of INR 5,00,000/- in respect of Tender No: APMDC/M&S-98/Pricing Strategy/2017 dated through online payment in the E-procurement portal of Government of Andhra Pradesh. 13

14 a. Cheques or Bank guarantees and also requests for adjustment against credit balances with the Corporation, if any, towards EMD shall not be accepted. Exemption from payment of EMD shall not be considered under any category. The EMD amount shall not bear any interest. b. The offers without EMD will be rejected. Proof of payment through NEFT/RTGS/Online payment shall be uploaded on E-Procurement portal along with the technical bid and submitted at the office of APMDC. c. The EMD of the unsuccessful bidders will be returned i m m e d i a t e l y u p o n f i n a l i z a t i o n o f t h e T e n d e r through Online EMD Refund option in the E- Procurement portal. In case of the successful bidder(s) the same shall be converted as Performance Security Deposit (PSD). d. APMDC shall not be liable to pay any interest on the Earnest money deposit so made and the same shall be interest free. e. The EMD shall be forfeited by the Corporation in the following events. i. If the tender is withdrawn during the validity period of the bid and any extension. ii. If the tender is varied or modified during the validity period and any extension. iii. If a bidder whose tender has been accepted but failing to sign the contract and submit performance security deposit as per clause-18. iv. If a bidder submits unsolicited revised offer after opening of the bid(s). 5. Preparation of Technical Bid: a. The Technical Bid and all related correspondence and documents in relation to the Bidding Process shall be in English language. For the purpose of interpretation and evaluation of the Bid, the English language translation shall prevail. b. The Technical Bid submissions shall be typed or written in indelible ink and signed by the authorized signatory of the Bidder who shall also initial each page. The Technical Bid submissions written in pencil will not be valid. In case of printed and published documents, only the cover shall be initialed. All the alterations, omissions, additions or any other amendments made to the Technical Bid submissions shall be initialed by the person(s) signing the Bid submissions. The Bid submissions shall also contain page numbers. c. The Technical Bid submissions and accompanying information shall be complete and strictly as per the requirements in the Tender Document. d. Erasing and overwriting shall be avoided in the Technical Bid submissions. If any corrections are to be made, the part to be corrected shall be neatly written duly attesting the correction. e. The Technical Bid submissions shall be duly signed by an authorized person/an Officer of the bidder's organization with the firm's seal. Bidder shall clearly indicate their legal constitution and the person signing the Bid submissions shall state his capacity and also the source of his ability to bind the bidder. The power of attorney shall be uploaded along 14

15 with the accompanying documents. APMDC may reject, outright any Bid unsupported by the adequate proof of the signatory's authority. The decision of APMDC in this connection is final and binding on the bidder. 6. Cost of submission of bid: The Bidder shall bear all costs of preparation and submission of Bid. Corporation in no case be responsible or liable for such costs of the Bidder, regardless of the conduct or outcome of the process of evaluation of Bids. 7. Process of submission of bids a. Transaction Fee for Tender: All the participating bidders should pay a Transaction fee of Rs. 7,500/- + GST online in the E-Procurement portal during Bid submission and this shall be payable to M/s. A.P. Technology Services Limited, Hyderabad by adopting the following channels / modes of payment: 1. Net banking 2. Credit cards/debit cards (Any MASTER / VISA Card) issued by any bank 3. NEFT/RTGS Challan payment by utilizing the Payment Gateways provided in the portal. Please note that CC/DC payment options would incur higher charges than Net banking / NEFT Challan payments. b. The bidder shall submit his response through Bid submission to the tender on e- Procurement platform at by following the procedure given below. The bidder would be required to register on the e-procurement market place or and submit their bids online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in AP e-procurement platform. c. The bidders shall submit their eligibility and qualification details, Technical bid etc., in the online standard formats UNDER PQ/TQ templates as displayed in AP e-procurement web site. The bidders shall also upload the scanned copies of all the relevant certificates, documents etc., which shall include the following: i. Proof of payment of tender document fee and EMD ii. All Documents pertaining to Eligibility Criteria as mentioned under clause D iii. Duly filled Annexure 1 acknowledging the bid document iv. Duly filled Annexure 2 giving a brief description of the bidder s organization and an outline of recent experience of the Bidder on assignments of a similar nature. The information on each assignment should indicate, inter-alia, the profiles of the staff provided, duration, contract amount and firm s involvement. The details of assignments on hand shall also be furnished. All the relevant documents, certificates shall be uploaded in the e-procurement web site before the technical bid due date. APMDC may reject any bid that is not complete in terms of submission of the documents mentioned above and the decision of APMDC shall be final and binding in this regard. 15

16 d. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. APMDC may reject, outright any Bid unsupported by the adequate proof of the signatory's authority. The decision of APMDC in this connection is final and binding on the bidder. e. The bidders shall submit the commercial bids in the standard online format provided by the technical bid due date. They shall also upload online scanned copies of duly filled letter of offer and commercial bid as per Annexure 3 and 4 respectively. The commercial bid of only the eligible technically qualified bidders shall be opened. f. The bidders shall quote the lump-sum rate for the complete scope of work (exclusive of GST) as provided in Annexure 4. This rate will be the bid parameter for evaluation g. Registration with e-procurement platform: For registration and online bid submission bidders may contact HELP DESK of M/s.Vupadhi Techno Services Pvt Ltd on /701/702/703/704, or h. Digital Certificate authentication: The bidder shall authenticate the bid with his Digital Certificate for submitting the bid electronically on e-procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-procurement platform. For obtaining Digital Signature Certificate, you may please Contact: Andhra Pradesh Technology Services Limited, BRKR Bhavan, B-Block, Tankbund Road, Hyderabad Phone: , Fax: (OR) You may please Contact Registration Authorities of any Certifying Authorities (CA) in India. The list of CAs are available by clicking the link " Hard copies: All Documents that shall be uploaded on the E-Procurement portal along with technical bid shall also be submitted in original in a sealed envelope addressed to the Vice-Chairman and Managing Director of the APMDC at the address on the first page of the tender document super-scribing submission of Technical Bid under Tender No: APMDC/M&S-98/Pricing Strategy/2017 due on before technical bid submission closing due date and time. The envelope shall consist of the following documents: a. Scan copy of proof of purchase of Tender document /payment of EMD. b. Turnover details of the last 3 years. Turnover Certificate should be issued by qualified Chartered Accountant (CA). c. All documents pertaining to the eligibility criteria as mentioned in clause D d. Annexures 1, & 2 as enclosed to tender schedule, duly filled and signed. 16

17 In the case of any discrepancy between the documents uploaded on E-Procurement portal and the hard copies submitted to APMDC, APMDC may reject the bid and the decision of the corporation shall be final and binding in this regard. The bidder shall not submit their commercial bid as part of hard copy submission. However, the bidders shall submit the commercial bid as per the online format provided in the E-Procurement portal by technical bid due date. 8. Late bids a. Tenders received after due date and time of closing will be out rightly rejected. Corporation will not be responsible for the loss of tender or for transit delays. Bidders are advised in their own interest to ensure that their bids are submitted and documents are uploaded in the APTS portal and also that the hard copies reach this Office well before the closing date and time of the tender. b. The Corporation at its discretion may extend the deadline for submission of bids by issuing an amendment on the website of APMDC and APTS in which case all rights and obligations of the Corporation and Bidders previously subject to the original dead line shall thereafter be subject to new deadline as extended. 9. Opening of Bids a. The Corporation shall open the technical bids on the technical bid due date as specified in the tender document in presence of the Bidder/authorized representative of the Bidder who may like to be present. Only bidder or authorized representative of the Bidder will be allowed at the time of opening the bids (Authorization letter as in Annexure 6 shall be provided in respect of the Authorized representative). b. In case of unscheduled holiday on the closing / opening day of the tender the next working day will be treated as scheduled day of closing / opening of the tender, the time notified remaining the same. c. The corporation shall initially evaluate only the technical bids as per the timeline mentioned in the tender document and only the E-Tender (Commercial bids) of eligible/ technically qualified bidders shall be opened. Note APMDC reserves right to reject any or all of the bids received without assigning any reason what-so-ever. 10. Bid Evaluation a. The commercial bid of only the eligible technically qualified bidders shall be opened. b. The bid evaluation criteria as adopted by the Corporation deemed fit is final and binding on the bidders. 17

18 c. The lump-sum rate quoted for the complete scope of work (Annexure 4) shall be the sole criteria for bid evaluation and the L1 bidder shall be adjudged the preferred bidder. 11. Period of validity of bids Validity date is 60 days from last date of submission. A proposal valid for a shorter period may be rejected as nonresponsive. The Corporation will make its best effort to complete negotiations within this period. In case of need, the Corporation may request the Bidders to extend the validity period of their Proposals. Bidders who do not agree have right to refuse to extend the validity of their proposal and under such circumstances, the Corporation shall not consider such proposal for further evaluation. 12. Withdrawal of bids: No Bid shall be withdrawn in the interval between submission of Bids and expiry period of validity as per the Clause 11. Withdrawal of Bid during the interval shall result in forfeiture of EMD. 13. APMDCs right to accept/reject bids: The Corporation reserves the right to accept or reject any Bid and to annul the entire Bid process and reject all Bids at any time prior to award of tender without there by incurring any liability to the affected Bidders or any obligation to inform the affected bidders of the grounds for the Corporation's action. 14. Contract Negotiation & Award of Contract a. The Selected Bidder shall be invited for the negotiation b. In case there is only one bidder or there is only one technically qualified bidder, the contract can be concluded based on the negotiation. c. The Corporation may, at its discretion, take technical interview of the team. For this purpose, the successful bidder shall confirm the availability of team named in its proposal except in the cases of absence on account of death or medical incapacity or resignation. Failure in satisfying such requirements may result in the Corporation proceeding to initiate the negotiation process with the next Technically Qualified bidder. d. Representatives conducting negotiations on behalf of the Bidder must have written authority to negotiate and conclude the Contract. 15. Acceptance of offers: a. Acceptance by the Corporation will be communicated by Fax/Registered letter / Courier. The notification of the award will constitute the formation of the contract. b. The successful bidder(s) shall sign a contract(s) with the Corporation within 3 days from the date of acceptance of his tender by paying the balance performance Security Deposit, PSD (balance after adjusting EMD against PSD) as per clause

19 16. Payment terms Payment shall be made as per the following schedule: a. 60% on acceptance of the report as per the scope of Part A b. 40% on acceptance of the report as per the scope of Part B (i.e, after 6 months) 17. Failure and Termination: i. The contract can be terminated by written notice of 7 days from either side. However, during the currency of contract, all parties shall discharge their due obligations. ii. If the bidder fails to furnish the required report as per the schedule given by the Corporation to the satisfaction of the Corporation, the Corporation may without prejudice to any other remedy available to it: a. Reserves the right to get the work done by making alternate arrangements at Bidder s risk and cost without cancelling the Agreement and such cost shall be adjusted from the PSD. (Or) b. Reserves the right to levy penalty equal to 0.5% of the contract price per day delayed subject to a maximum 10% of the contract value at the discretion of the VC&MD of the Corporation.(Or) c. Cancel the Agreement by serving 7 days notice to bidder and forfeit the PSD amount submitted. iii. The bidder is liable to bear any damages and demurrages suffered by the Corporation from what-so-ever quarter due to any reason and the same shall be recovered from the bidder. 18. Performance Security Deposit (PSD): a. The successful bidder (s) shall pay performance security deposit (PSD) equal to 10 % value of the contract/purchase order. b. The EMD amount of the successful bidder will be adjusted against the Performance Security Deposit. The balance Performance Security Deposit amount shall be paid by the successful bidder(s) by a cross DD in favour of AP Mineral Development Corporation Ltd payable at Vijayawada or in the form of an unconditional and irrevocable Performance Bank Guarantee (PBG) in favor of APMDC, payable at Vijayawada from any Nationalized Bank in India as per the pro-forma in Annexure 5 at the time of signing the contract. The PBG must be valid for a period of six (6) months beyond the stipulated date of completion of services. The Corporation shall reserve the right to reject bank guarantee from certain banks not acceptable to the Corporation. Authority will have the right to invoke the security deposit without assigning any reasons if performance of the successful bidder is not found up to the mark. 19

20 c. The performance Security Deposit including Performance Bank guarantee shall not bear any interest. Any bank charges or commission on account off furnishing the performance bank guarantee shall be borne by the successful bidder only. Failure to comply with the requirements under this clause by the successful bidder shall lead to annulment of the contract and for feature of EMD submitted by the successful bidder. The Performance Security Deposit amount including Performance Bank Guarantee as above will be returned to the successful bidder by the Corporation within 2 months from the date of expiry of the contract. i. The Corporation reserves the right to forfeit PSD or adjust the amounts recoverable as against Performance Security Deposit (including invocation of Performance Bank Guarantee) in accordance with Failure and Termination clause of the RFP. The decision of the Corporation is final and binding on the bidder / Consultant. ii. The Corporation also reserves the right to adjust any sum of money due and payable by the Consultant to the Corporation against Performance Security Deposit in case the Corporation is unable to recover the due amounts from the Consultant. 19. Indemnity It is the prime responsibility of the Consultant to meet all the statutory compliances/obligations of payments for their man-power deployed. However if APMDC sustains any loss due to improper performance of its manpower, the bidder will indemnify APMDC of all legal obligations of its manpower deployed at site. 20. Unsolicited modification (s) to the tender In case any clarification(s) is sought by the Corporation after opening of the bids, the reply by the bidder should be restricted only to such clarification and any modification including the one which has effect on price or value of the offer without specific reference by the Corporation shall render the bid rejected without notice and further reference to the bidder. No bidder shall submit revised bid after bids are opened unless otherwise the Corporation requests for such revised bids. Submission of unsolicited revised offers shall result in forfeiture of EMD. 21. Transfer of tender document The tender documents are non-transferable. 22. Correspondence: All correspondence should bear reference of the tender number, the postal address and Fax address mentioned in the tender document 23. Clarification in respect of incomplete offers: 20

21 The Corporation has to finalize the tender within a limited time schedule. Therefore, it may not be feasible in all cases for the Corporation to seek clarifications in respect of incomplete offers. Prospective bidders are advised to ensure that their bids are complete in all respects and conform to tender terms and conditions. Bids not complying with the Corporation's requirements maybe rejected without seeking any clarifications. 24. Income Tax liability The Bidder shall have to bear all Income Tax liability both for Corporate and Personal Tax. 25. Insurance Insurance cover for the men employed by the bidder and for material losses, damages and shortages should be borne by the bidder only. 26. Refund of EMD In the event tender is cancelled, the EMD will be refunded to the concerned bidder. 27. Fraud and Corruption APMDC requires that the Bidders observe the highest standard of ethics during their execution of such contracts. In such pursuance of this policy, Defined, for the purposes of this provision, the terms set forth as follows: (i) Corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/or those close to them, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; and (ii) Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the borrower, and includes collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the borrower of the benefits of free and open competition) Will reject a Proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract; and Will declare a firm ineligible, either indefinitely or for a stated period of time for awarding any contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, any contract. 21

22 ANNEXURE 1- Proforma to acknowledge the bid Document Date: To The Vice Chairman & Managing Director, A P Mineral Development Corporation Ltd, 294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village, Penamaluru Mandal, Vijayawada Dear Sir, We hereby acknowledge receipt of complete set of bid documents pertaining to the Tender No: APMDC/M&S-98/Pricing Strategy/2017, dated We have noted the technical bid due date Our address for further correspondence on this tender will be asunder Yours faithfully, (Signature of the Bidder) Telephone No. Fax No. Personal attention of (if required) 22

23 ANNEXURE 2- Bidders Organization & Experience 1. Consultant s Organization Provide here a brief (maximum 10 pages) description of the background and organization Name of Bidder / Management Consultant: Address of Registered Office of Bidder: Year of Establishment: Contact Person with Contact Details: Annual Turnover* in last three years (in Lakhs) FY : FY : FY : Average Annual Turnover for above three Financial Years: *Audited Statements to be enclosed Audited Net worth of Agency as on (Positive/ Negative): Experience in Similar Assignment: Number of years: Total assignments: Assignment completed in last 10 years: Similar Assignments (Mineral Pricing) in last 10 years: Any Award or Felicitation received by your Agency Any Other 2. Bidder s Experience Assignment Name : Country: Name of Firm/Entity: No. of Site professionals: Address: No. of Site Professionals-Months: Duration of Assignment Start Date Completion Date Value of Services (in Indian Rupee): (Month / Year) (Month / Year) Name of Associated Consultants, If Any: No. of Months of Professions; Provided by Associated Consultants Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed: 23

24 Narrative Description of project: Description of Actual Services * Provided by Your Site Professionals: * (Completion Certificate from Employer regarding experience should be furnished) Firm s Name: Signature of Authorized Representative: Note: Summary table of all the experiences to be furnished additionally. Relevant documents (Work Order, Completion Certificate, etc.) to be attached. 24

25 ANNEXURE-3: Letter of Offer APMDC/M&S-98/Pricing Strategy/2017, dated From Dt To The Vice Chairman && Mg. Director A P Mineral Development Corporation Ltd, 294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village, Penamaluru Mandal, Vijayawada Dear Sir, I/We hereby submit our offer for formulation of Pricing Strategy for Barytes mineral as detailed in the tender schedule hereto and agree to hold this offer valid for a period of 60 days from last date of submission. We are submitting our Proposal in individual capacity. We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. I/We have carefully followed the tender documents and understood the instructions and terms and conditions contained in all the Annexures and I/We have made such investigation of the work required to be taken up as to enable me/us to thoroughly understand the intention of the same and requirements/covenants, installations and restrictions contained in the tender. The following pages have been added to and form part of this tender. Yours faithfully, (Signature of the Bidder with seal) Witness: 25

26 ANNEXURE 4: Price Bid Format Reference Price Bid format under Tender No: APMDC/M&S-98/Pricing Strategy/2017 dated Item Price (Exclusive of Taxes) 1 The lump sum fee for the whole scope of work INR (Indian Rupees only) Note:. The above price includes all Out of the pocket expenses (OPEs) including any travel/lodging related expenses for any meeting at APMDC office. The above price excludes statutory taxes (e.g. GST, Cess, etc.) DATE: Ph No. (Signature of Authorized Signatory with Seal) 26

27 ANNEXURE 5: Performance Bank Guarantee PROFORMA FOR BANK GUARANTEE DATE: BANK GUARANTEE Name of Bank: To Vice Chairman & Managing Director The Andhra Pradesh Mineral Development Corporation,Vijaywada. Dear Sir, Guarantee No. Amount of Guarantee INR /-(Indian Rupees.) only. Guarantee cover from... to Guarantee remain full force Last date for lodgment of claim:..... (Two months from date of expiry). This Deed of guarantee executed by (Bank Name)., constituted under the Banking companies (Acquisition & Transfer of Undertaking) Act having its registered office at. and amongst other places, a branch at (Hereinafter referred to as the bank) in favor of The Andhra Pradesh Mineral Development Corporation Ltd., Vijayawada (hereinafter referred to as APMDC, the beneficiary.) for an amount not exceeding INR... /- (Indian Rupees ) only at the request of M/s (Hereafter referred to as the agency). This guarantee is issued subject to the condition that the liability of the bank under this guarantee is limited to maximum of INR...../- (Indian Rupees... 27

28 ......) Only and the guarantee shall remain in full force from.. to (date of expiry) with further claim period of two months and cannot be invoked otherwise than by a written demand or claim under this guarantee served on the bank on or before (Last date of lodgment of claim) by the APMDC, Vijayawada in writing. For (Bank) Seal Branch Manager Branch SUBJECT TO AS AFORESAID (Main guarantee matter may be typed hereafter) BG No: Date: Amount: Valid period from. to Claim period up to BANK GUARNTEE The Andhra Pradesh Mineral Development Corporation Ltd (herein after called as APMDC or the Corporation) has agreed to accept from M/s.. at PO. PS District, State, (herein after called as Agency ) a bank guarantee for INR ( Rupees ) Only for the period from.to. with a further claim period of two months & the last date of lodgment of claim within 28

29 .towards EMD/SD/ISD/Performance Guarantee/Guarantee against advance payment in connection with.work/contract/po/tender no & date. We. (Bank).branch, do hereby undertake to indemnify and keep indemnified APMDC to the extent of INR.. (Rupees... only) for the period from.. to. with the last date.. of lodgment of claim within We.. (Bank)..branch, further agree that if a demand is made by the APMDC, have no right to decline to cash the same for any reason whatsoever. The fact that there is a dispute between the said Agency and the APMDC is no ground for us to decline to honor invocation the Bank guarantee and such invocation is a sufficient reason for the APMDC to enforce the bank guarantee unconditionally without any reference to the said Agency, within 48 hours excluding holidays. We (Name of the Bank & Branch) branch, further agree that a mere demand by the APMDC is sufficient for us...(bank Name), branch, to pay the amount covered by the bank guarantee without reference to the said Agency and any protest by the said Agency cannot be valid ground for us, Bank.. Branch, to decline payment to the APMDC. We the bank, undertake to pay to the APMDC any money so demanded notwithstanding any dispute or disputes raised by the said agency in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. If notice of demand is served on the Bank and for this purpose it shall be deemed sufficient if such notice is served on our branch at, Hyderabad/Vijayawada, by the APMDC before the last date of lodgment of claim under this guarantee, then not withstanding anything to the contrary herein contained, the liability of the Bank under this guarantee shall be enforceable as due to us. BG No: Date: Amount : Valid period from. to Claim p e r i o d We..the bank further agree that the APMDC shall have fullest liberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the agreement/work order/contract / order etc. or to extend time of performance by the said agency from time to time or to postpone for any time or from time to time any of the powers exercisable by the APMDC against the said agency and to forbear or enforce any of the terms and 29

The A.P. Mineral Development Corporation Limited (A State Government Undertaking)

The A.P. Mineral Development Corporation Limited (A State Government Undertaking) The A.P. Mineral Development Corporation Limited (A State Government Undertaking) TENDER DOCUMENT FOR "E-TENDER CUM E-AUCTION FOR SALE OF DRILLING GRADE 4.25 SPECIFIC GRAVITY BARYTES (A GRADE), DRILLING

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

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

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

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

More information

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

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

More information

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

Tender Notification for

Tender Notification for Tender Notification for SELECTION OF AGENCIES/ INTEGRATORS / BANKS FOR ESTABLISHMENT OF AUTOMATIC TELLER MACHINE (ATMS) AT BRPL PREMISES ON RENTAL BASIS NIT NO CMC/BR/15-16/ASG/VKS/397 Dt.12.05.2015 Due

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

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

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

More information

South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi Phone:

South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi Phone: INVITATION OF BIDS FOR SETTING UP A PHOTOCOPY CENTER AT SAU Tender No. SAU/SP/ICT/2018/8518 South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi-110021

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR 2KVA UPS Ref: ICSI/PC-2017/RFQ-2706 Date: March 22, 2018 Sealed Quotations are invited for Supply of 2KVA UPS (Microtek/Luminous/APC/Emerson brand)

More information

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

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017 LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017 CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA 2, COMMUNITY CENTRE, PREET VIHAR, DELHI Page 1 CENTRAL BOARD OF SECONDARY

More information

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

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

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

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

Item Wise Based on Price Not Applicable 07/01/ :00 AM 21/01/ :00 PM 22/01/ :00 PM.

Item Wise Based on Price Not Applicable 07/01/ :00 AM 21/01/ :00 PM 22/01/ :00 PM. Enquiry Particulars Department Name Circle/Division Tender ID 252624 IFB No / Tender Notice Number Name of Project Name of Work Package number Period of Completion/ Delivery Period (In Months) Bidding

More information

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Ref No.: C.A. No. 02/CIDCO/ACP(BP/S/GIS)/2014/Corrigendum-9 Date: 1 st January, 2015 City and Industrial Development

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR OPENSTAGE PHONE MODEL 40T AND 15T LAVA WITH CONNECTING CORD & WITHOUT LICENSE (HSN CODE 85177090) Ref: ICSI/PC-2017/RFQ-2708 Date: March 27, 2018

More information

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

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

More information

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

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI REQUEST FOR PROPOSAL FOR APPOINTMENT OF SECRETARIAL AUDITOR FOR FY 2014-15 TO MEET THE COMPLIANCE OF SECRETARIAL AUDIT U/S 204 of the COMPANIES ACT, 2013 FOR GENERAL INSURANCE CORPORATION OF INDIA (A WHOLLY

More information

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

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

More information

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Ministry of Electronics and Information Technology, Government of India Ganga Software Technology Complex, Sector-29, Noida-201303 Phone: +91-120-2470400; Fax: +91-120-2470403

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida - 201309 QUOTATION FOR RATE CONTRACT FOR SUPPLY OF PLAIN PHOTO COPY PAPER FOR SIX MONTHS Ref: ICSI/PC-2017/RFQ-2697 Date: January 11, 2018 Sealed Quotations are invited

More information

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec Price Rs.5000/- No. CCTV/2017 Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2017. To Secretary, Board of School

More information

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

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

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

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida - 201309 QUOTATION FOR RATE CONTRACT FOR SUPPLY OF SUTLI (made of Jute) FOR TWO YEARS Ref: ICSI/PC-2018/RFQ-2723 Date: December 26, 2018 Sealed Quotations are invited

More information

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Bharat 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 information

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

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

More information

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati, T. T. Haokip Dy. Registrar Stores & Purchase To, All interested firms Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& 781 0039 Indian Institute of Technology Guwahati,-781 039 Phone : +91 361-258 2153 :

More information

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation Tender No. CWC/I-HR AUDIT/R&P/2018 Date: 07.09.2018 E-Tender Document For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation Page 1 of 41 Tender No. CWC/I-HR AUDIT/R&P/2018

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

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017 NOTICE INVITING TENDERS FOR SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017 Last date & time for submission

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

The A.P. Mineral Development Corporation Limited (A State Government Undertaking)

The A.P. Mineral Development Corporation Limited (A State Government Undertaking) The A.P. Mineral Development Corporation Limited (A State Government Undertaking) INTERNATIONAL COMPETITIVE BIDDING E-TENDER CUM E-AUCTION FOR SALE OF DRILLING GRADE 4.20 SPECIFIC GRAVITY BARYTES ( A GRADE

More information

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

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

More information

[Insert Name]Coal Mine

[Insert Name]Coal Mine 5 TH TRANCHE OF AUCTION STANDARD TENDER DOCUMENT (AUCTION OF COAL MINES FOR IRON AND STEEL SECTOR) [Insert Name]Coal Mine Nominated Authority Ministry of Coal Government of India New Delhi April 10, 2017

More information

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

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

More information

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE) RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE) NOTICE FOR EMPANELMENT OF SUPPLIERS / STOCKISTS / CHEMISTS FOR SUPPLY OF DRUGS & MEDICINES TO 4 DISPENSARIES

More information

NOTICE INVITING TENDERS FOR

NOTICE INVITING TENDERS FOR NOTICE INVITING TENDERS FOR QUOTATION FOR OFFICIAL PHOTOGRAPHER AND VIDEOGRAPHER DURING 57 TH AND 58 TH EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) to be held during 2016-17 Last date & time 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

Industrial Extension Bureau

Industrial Extension Bureau Industrial Extension Bureau Request for Proposal for Selection of Agencies for supply of USB drive Tender No: indextb/rfp/02/2018 indextb Industrial Extension Bureau Block no.18, 2 nd Floor, Udyog Bhavan

More information

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For Price Rs.5000/- No. CCTV/BSEH/18/01 Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2018 To Secretary, Board of School Education Haryana,

More information

RfE Package No: EESL/05/ /EMPANELMENT/ Dated

RfE Package No: EESL/05/ /EMPANELMENT/ Dated SECTION I INSTRUCTIONS TO RESPONDENT UNDERTAKING ENERGY EFFICIENCY (EE)/ENERGY CONSERVATION (EC) PROJECTS, RELATED ACTIVITIES WITH EESL. RfE Package No: EESL/05/2013-14/EMPANELMENT/ Dated 17.05.2013 Energy

More information

BID FOR DESIGNING, PRINTING AND EVALUATING OMR SHEET

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

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA START DATE: ----13.12.2018 CLOSE DATE: 27.12.2018 SBI Infra Management Solutions

More information

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

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

More information

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LTD (TIDCO)

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LTD (TIDCO) TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LTD (TIDCO) 19-A, Rukmini Lakshmipathy Road, Egmore, Chennai 600 008, Tamilnadu, India Email: lan.tidco@nic.in Phone: 044 2855 4479/80; Fax: 044 2855 3729 Tender

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

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

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

More information

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval Price Rs.2000/- Tender No. TD/SAB/SECRECY/BSEH/2018-2020 Board of School Education Haryana, Bhiwani BID DOCUMENT Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism

More information

TENDER 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 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 information

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

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

More information

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

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 (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 information

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M. INSTITUTE OF HOTEL MANAGEMENT BADKHAL LAKE CROSSING, FARIDABAD,121001 PH.NO.0129-4052466/77 (i) (ii) Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM

More information

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

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

More information

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

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

More information

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: , Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) 342003 Tel: 0291-2659611, 2659646 e-mail: jodhpur.god@bankofindia.co.in स दर भ स ख य : ZO/GOD/SKG/701 ददन क : 12.02.2018 WEBSITE ADVERTISEMENT

More information

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: ,

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: , Notice Inviting E-Tenders Transportation of containers from ICD Tughlakabad, New Delhi to Noida Conducted at Balmer Lawrie e-procurement Portal: https://balmerlawrie.eproc.in Tender No. BL/LS/DEL/06/Dec17

More information

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

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

More information

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

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

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for Life Insurance Business Reference Number: PBGB/P&D(39)/183/2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications to

More information

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur Tender for Annual Rate Contract for Supply of the Chemicals. at Indian Institute of Technology Jodhpur NIT No.: : IITJ/SPS/BISS/1/4(I)/2012-13/58. NIT Issue Date: : November 27, 2012 Last Date of submission

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Tender No. IFCI/S&AD/NSE/2018-19-03 Dated: July 13, 2018 INVITATION OF BIDS / OFFERS FROM MERCHANT BANKERS FOR DISINVESTMENT OF IFCI s SHAREHOLDING IN NATIONAL STOCK EXCHANGE OF INDIA LTD (NSE) REQUEST

More information

Phone No

Phone No Phone No. 040-24581393 No. 5-539/18-19/PS Date: 27 th December, 2018 TENDER FOR ANNUAL CONTRACT FOR REPAIR AND MAINTAINENANCE OF FURNITURE IN THE ICAR -NATIONAL ACADEMY OF AGRICULTURAL RESEARCH MANAGEMENT

More information

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA 700 001. TENDER-cum-E-REVERSE AUCTION NOTICE FOR TENDER NO. SBI/LHO/KOL/P&E/2017-18/ET-

More information

REQUEST FOR PROPOSAL

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

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for Life Insurance Business Date of RFP: March 16, 2016 Last Date & Time for Seeking Clarifications to RFP: March 21, 2016 till 16:00 Hrs Last

More information

Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY:

Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY: Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of

More information

Request for Proposal (RFP) Document

Request for Proposal (RFP) Document Request for Proposal (RFP) Document Empanelment of Transaction Advisors by Finance Department, Government of West Bengal for Undertaking Projects under Public Private Partnership (PPP) format Govt of West

More information

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka Real Estate Regulatory Authority, Karnataka No. 1-1/15, 2 ND Floor, Silver Jubilee Block, Unity Building, C.S.I. Compound, 3 rd Cross, Mission Road, Bengaluru-560027 REQUEST FOR PROPOSAL FOR APPOINTMENT

More information

STANDARD BIDDING DOCUMENT (SBD)

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

More information

[Insert Name]Coal Mine

[Insert Name]Coal Mine STANDARD TENDER DOCUMENT (FOR IRON AND STEEL, CEMENT AND CAPTIVE POWER PLANT SECTOR) [Insert Name]Coal Mine Nominated Authority Ministry of Coal Government of India New Delhi Table of Contents 1 Definitions...

More information

Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore

Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore To, Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore Dear Sir, Indian Institute of Technology Indore invites RFP from the Practicing Chartered

More information

NOTICE INVITING TENDERS

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

More information

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH -160003 NOTICE INVITING QUOTATION FOR THE WORK Filing of TDS & GST Returns including GST-TDS AT NOTICE INVITING QUOTATION Sealed item rate quotations are invited by Airport Director, Airports Authority

More information

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

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

More information

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

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

More information

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA-700 001 NOTICE INVITING ONLINE e-tender SBIIMS KOLKATA CIRCLE OFFICE INVITES

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

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

TENDER FOR. DEVELOPING, UPLOADING, HOSTING AND RUNNING WEB PORTAL OF KERALA AGRO MACHINERY CORPORATION LIMITED (KC/TDR/76/3 dated

TENDER FOR. DEVELOPING, UPLOADING, HOSTING AND RUNNING WEB PORTAL OF KERALA AGRO MACHINERY CORPORATION LIMITED (KC/TDR/76/3 dated Kerala Agro Machinery Corporation Ltd., (A Government of Kerala Undertaking) Regd. Office: Athani-683 585, Ernakulam Dist., Kerala Ph: 0484-2474301 (5 Lines); Fax: 0484-2474589; E-mail: kamco@satyam.net.in

More information

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

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

More information

TENDER DOCUMENTS FORMAT

TENDER DOCUMENTS FORMAT TENDER DOCUMENTS FORMAT A/C 97938668 of Mr.S. Kumaresan With Pallavan Grama Bank Periyathallapadi branch TENDER/BID DOCUMENT FOR SALE Authorised Officer Pallavan Grama Bank, Head Office. In exercise of

More information

Request for Proposal (RFP) For Appointment of Tax Consultancy Firm

Request for Proposal (RFP) For Appointment of Tax Consultancy Firm Request for Proposal (RFP) For Appointment of Tax Consultancy Firm INFRASTRUCTURE DEVELOPMENT AUTHORITY PUNJAB (IDAP) GOVERNMENT OF PUNJAB Ground Floor 7-C-1, Gulberg-III, Lahore Page 1 of 12 Table of

More information

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi) DELHI INSTITUTE OF TOOL ENGINEERING (Govt. of NCT of Delhi) Wazirpur Industrial Area, Delhi-110052 Website: www.dite.delhigovt.nic.in, E-mail: ditepurchase@yahoo.co.in Short Tender Notice Tender F.No.F10

More information

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India REQUEST FOR PROPOSAL

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India REQUEST FOR PROPOSAL DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India APPOINTMENT OF CONSULTING AGENCY FOR ASSISTANCE IN EASE OF DOING BUSINESS INITIATIVES FOR STATE LEVEL

More information

BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI LIMITED TENDER

BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI LIMITED TENDER BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI-400001 LIMITED TENDER Hiring of digital media agency for digital marketing of Happy

More information

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

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

More information

TENDER DOCUMENT FOR SECURITY SERVICES AT NABARD HP Regional Office, Block No.32, SDA Complex, Kasumpti, Shimla

TENDER DOCUMENT FOR SECURITY SERVICES AT NABARD HP Regional Office, Block No.32, SDA Complex, Kasumpti, Shimla TENDER DOCUMENT FOR SECURITY SERVICES AT NABARD HP Regional Office, Block No.32, SDA Complex, Kasumpti, Shimla- 177009 The Tender Documents of the subject work consists of the following: 1. Form of Tender

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

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

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

More information

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

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

More information