REQUEST FOR PROPOSAL (RFP) FOR PURCHASING EQUITY SHARES HELD BY BANK OF INDIA RFP NO TRY: : 01

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) FOR PURCHASING EQUITY SHARES HELD BY BANK OF INDIA RFP NO TRY: : 01"

Transcription

1 REQUEST FOR PROPOSAL (RFP) FOR PURCHASING EQUITY SHARES OF STCI FINANCE LIMITED HELD BY BANK OF INDIA RFP NO TRY: : 01 LAST DATE FOR SUBMISSION OF BIDS: 15:00 HRS (IST) ON 22/08/2017

2 DISCLAIMER The information contained in this Request For Proposal (RFP) document or information provided subsequently to its bidders whether verbally or in documentary form by or on behalf of Bank of India (the Bank or BOI ) is on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. The information provided in this RFP Document, has been prepared and provided in good faith and the Bank shall not accept any responsibility or liability, whatsoever, in respect of any statements or omissions herein, or the accuracy, correctness, completeness or reliability of information in this RFP Document, and shall incur no liability as to the accuracy, reliability and completeness of this RFP Document and the Information Memorandum, even if any loss or damage is caused to any of the Bidder by any act or omission on their part. This RFP is neither an agreement nor an offer and is only an invitation by Bank to the interested parties for submission of response to the RFP. The purpose of this RFP is to give a fair opportunity to the eligible bidder(s) for expressing their interest. This RFP does not claim to contain all the information each bidder may require. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. Further, please note that the bank is not committed either contractually or in any other way to the bidders whose applications are accepted. The issue of this request for RFP does not commit or otherwise oblige the Bank to proceed with any part or steps of the process. Subject to any law to the contrary, and to the maximum extent permitted by law, the Bank and its directors/officers/employees/contractors/agents and advisors disclaim all liabilities (including liability by reason of negligence) from-any loss or damage, cost or expense incurred or arising by reasons of any person using the-information and whether caused by reasons of any error, omission or misrepresentation in the information contained in this document or suffered by any person acting or refraining from acting because of any information contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any omission, default, lack of care or misrepresentation on the part of the Bank or any of its officers, employees, contractors, agents or advisors. Page 2

3 1. Introduction: Bank of India (hereinafter referred to as BOI or the Bank ) is one of the premier Nationalized Banks with network of 5,123 domestic branches spread across India as on 31 st March, The Bank also has overseas presence in 22 foreign countries spread over 5 continents with 61 offices including 5 Subsidiaries, 5 Representative Offices and 1 Joint Venture, at key banking and financial centres viz., Tokyo, Singapore, Hong Kong, London, Jersey, Paris and New York. Bank of India offers wide range of products and services to both Corporate and Retail Customers. BOI also provides services to its customers through alternate banking channels such as Internet Banking, Debit Cards, Mobile Banking etc. To expand further reach, BOI is forging ahead with cutting edge technologies and innovative new banking models. 2. Objective: A) Bank of India is an investor in STCI Finance Ltd (STCIFL) holding 1,13,83,781 equity shares representing stake of 29.96%. B) STCIFL is a systemically important non-deposit taking NBFC providing loans against shares, corporate loans against properties, construction finance and corporate loans. STCIFL has two wholly owned subsidiaries namely STCI Primary Dealer Limited (STCIPD) and STCI Commodities Limited. STCI PD undertakes trading in government securities, corporate bonds, money market instruments, interest rate swaps and trading in equity (both cash and F&O). STCI Commodities Limited provides brokerage, investment and advisory services in Indian Commodities Markets. STCIFL also holds 10% equity stake in Clearing Corporation of India Ltd (CCIL). Financials of the STCIFL are available on the company s website i.e. under Investors Corner. BOI is proposing to sell its partial / entire stake in STCIFL to unlock its value of its investment by floating this RFP hereinafter referred to as the transaction or Transaction. The indicative minimum price per share of STCIFL is Rs. 550/-. This process is open to all the bidders who fulfill the eligibility criteria as set out in this RFP document. Page 3

4 3. Process before submission of RFPs:- i) Raising of queries/clarifications on RFP document: The bidders requiring any clarification on this document should submit their written queries on or before the end of RFP period to: The General Manager/ Dy. General Manager, Bank of India, Treasury Branch (HO), Star House I, C-5, G Block, 7th Floor, BKC, Bandra East, Mumbai Tel: / HeadOffice.SDM@bankofindia.co.in The Bank may at its sole discretion, if deemed necessary, issue interpretations and clarifications to the Bidder. All clarifications and interpretations issued by the Bank shall be deemed to be part of the RFP Document. However, it is expected that the Bidder shall have undertaken an independent due-diligence on the Company i.e. STCI Finance Ltd for participation in the Bidding Process and shall not rely solely on information provided by the Bank. ii) Modification in RFP document: At any time prior to the deadline for submission of proposal, the Bank may modify/add/delete any part of this document. Such change(s) if any may be in the form of an addendum/corrigendum and will be uploaded in the Bank's website All such change(s) will automatically become part of this RFP and have binding on all applicants. Bidders are advised to regularly refer the Bank's official website before they submit their proposals. iii) Extension of date of submission of proposal: Extension of date for submission of proposal will not be entertained. However, the Bank at its discretion may extend the deadline in order to allow prospective applicants a reasonable time to take the amendment/changes to RFP into account, if any. 4. Bidding Process: a) Bids are to be submitted in a single closed cover envelope containing Envelope I (Technical Proposal) and Envelope II (Financial Proposal) each one duly closed separately. All documents required to be submitted by the Bidder pursuant to this RFP Document, including the Bid, shall be signed by the duly authorized signatory of the Bidder. In case of submission of the Bid by a joint venture or a consortium (whether incorporated or not), the Bid along with all requisite documents pursuant to this RFP Document shall be signed by a person duly authorized by the Lead Partner. b) The information is to be submitted for each proposal along with the format as specified in the appendices to this RFP Document. Strict adherence to the formats annexed as appendices in the RFP Document, is required. Page 4

5 Non-adherence to formats and/or submission of incomplete information may be grounds for declaring the bid non-responsive. Each format has to be duly signed and sealed by the Bidder. c) The Evaluation Committee will first open and evaluate the Technical Proposal and for Bidders who meet the Qualifying Criteria, the Evaluation Committee will then open and evaluate the Financial Proposal of such Qualified Bidders. The Financial Proposal of non-qualified Bidders shall be returned to the respective Bidders unopened. d) Each applicant has to submit Non-refundable application fee of INR 25000/- (Rupees Twenty Five Thousand only) and Earnest Money Deposit (EMD) of INR.25,00,000/- (Rupees Twenty Five Lakhs only) by way of DD/ Bankers Cheque (from Nationalized/ scheduled Commercial bank) in favor of Bank of India. 5. Pre-Bid Meet: a) The Prospective Bidders shall be invited by the Bank to attend a pre-bid meeting on August 14, 2017 at 4.00 PM ( Pre-bid Meet ). The venue for the conference and any other clarification can be sought from details mentioned in para 3 i) on or before 5:00 p.m. on 11 th August, Such Bidders may also send their queries on the mail address mentioned above. The should clearly bear the subject: Pre-Bid Meet. b) The Bank shall endeavor to arrange an interaction with the representatives of STCI Finance Ltd during the Pre-bid Meet. c) Save and except the right of the Bidder to seek clarification pursuant to Para 3 i) of this RFP Document, no separate meeting or telephonic conversation/ with the Bidder shall be entertained by the Bank, for the purposes of providing clarifications, with respect to the Bidding Process, the Company or the RFP Document. 6. Bid Due-date: Bids should be submitted before 1500 Hours IST on August 22, 2017 (hereinafter, referred to as the Bid Due Date ), at the address provided in Para 8 e) below in the manner and form as detailed in this RFP Document. The Bank may, at its sole discretion, extend the Bid Due Date, by duly informing all the Bidders. Page 5

6 7. Schedule of Bid Process: S.No Event Description Date 1 Release of Advertisement & RFP August 07, Pre-Bid Meet August 14, Bid Due Date August 22, Opening of Technical Proposal August 23, Opening of Financial Proposal August 29, 2017 BOI may, at its sole discretion, extend / advance any of the timelines as specified in this clause, subject to providing due notice of such extension to the Bidders, by . The updated schedule shall also be updated on the BOI s website under Tender section. 8. Preparation And Submission of Bid: a) Language: The Bid and all related correspondence and supporting documents in relation to the Bidding Process shall be in English language. b) All Bidders are required to submit information in accordance with this RFP Document. Bidders should provide information sought herein in order to satisfactorily establish their competence and suitability for acquisition of equity stake in STCIFL. c) A Bid submitted by a Bidder shall be final and binding on the Bidder. There shall be no negotiation between the Bank and the Bidders, on the Bid received, during the Bid evaluation process other than in terms of this RFP Document. d) The Bidder shall not be allowed to withdraw the Bid after submission of the Bid. A Bid once made/submitted, shall be valid for a period that is not less than 180 days from the Bid Due Date or such revised date as may be extended by the Bank from time to time ( Bid Validity Period ). The Bidder agrees to extend the validity of the Bid as may be required by the Bank. e) Sealing and Labeling of Bids: Bids are to be submitted in a single closed cover envelope containing Envelope I (Technical Proposal) and Envelope II (Financial Proposal) each one duly closed separately. Envelope I (Technical Proposal) and Envelope II (Financial Proposal) should bear the following Superscript: Page 6

7 Technical Proposal (Envelope I) Superscript - Offer for Purchase of Equity stake in STCI Finance Limited held by Bank of India. Name of the Bidder -. Envelope I: Technical Proposal Financial Proposal (Envelope II) Superscript - Offer for Purchase of Equity stake in STCI Finance Limited held by Bank of India. Name of the Bidder -. Envelope II: Financial Proposal Technical Proposal (Envelope I) and Financial Proposal (Envelope II) for the Bid to be submitted by Bidders should be packed in a single sealed cover envelope, with the following superscript: Offer for Purchase of Equity stake in STCI Finance Limited held by Bank of India. ATTN. OF: Mr. Rajan Rao DESIGNATION: Dy. General Manager Bank of India, Treasury Branch (HO), Star House I, C-5, G Block, 7th Floor, BKC, Bandra East, Mumbai Tel: /4594 Name of the Bidder. All envelopes used by the Bidder for the purpose of any submission and communication should be adequately sealed to prevent any interference/tampering while in transit. The Bank shall assume no responsibility for the delay in submission of Bid or misplacement or premature disclosure of the contents of the Bid and consequent losses, if any, suffered by the Bidder. f) It is hereby further clarified that all documents required to be submitted by the Bidder pursuant to this RFP Document, including the Bid, shall be signed by the duly authorized signatory of the Bidder. In case of submission of the Bid by a joint venture or a consortium, whether incorporated or not, the Bid along with all requisite documents pursuant to this RFP Document shall be signed by a person duly authorized by the Lead Partner. Page 7

8 9. Notes to the Bidders: a) This RFP Document is issued upon an express understanding and agreement that the Bidder shall use it solely for the purpose of preparation and submission of the Bid and for the purpose necessarily associated herewith and for no other purpose whatsoever. b) If the Bidder conceals any material information or makes a wrong statement or misrepresents facts or makes a misleading statement in its Bid, in any manner whatsoever, the Bank reserves the right to reject such Bid and/or cancel the Letter of Intent (LoI) (if issued) and forfeit the EMD, without prejudice to any other right or remedy available to it under law. The Bidder/s and/or the Qualified Bidder/s and/or the Selected Bidder/s and/or the Successful Bidder/s shall be solely responsible for such disqualification based on its declaration in the Bid. c) Bid submitted by the Bidder shall become the property of the Bank and the Bank shall have no obligation to return the same to the Bidder. However, EMD submitted by the unsuccessful Bidders shall be returned in accordance with and subject to the terms of this RFP Document. d) No change or supplemental information to the Bid shall be accepted after the Bid Due Date. The Bank may, at its sole discretion, ask for additional information/document and/or seek clarifications from a Bidder, after the Bid Due Date. Delay in submission of additional information and/or documents sought by the Bank shall make the Bid liable for rejection. e) This RFP Document does not purport to contain all the information required by the Bidder. The Bidder should conduct independent investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP Document and obtain independent advice from appropriate sources, prior to making an assessment of the Company. f) While this RFP Document has been prepared in good faith, neither the Bank nor its officers or employees make any representation or warranty or shall have any responsibility or liability whatsoever, whether in contract, tort or otherwise, for any direct, indirect or consequential loss or damage, loss of use, loss of production or loss of profits or interest costs or in respect of any statements or omissions under this RFP Document. Any liability is accordingly expressly disclaimed by the Bank and its respective officers and employees, even in the event such loss or damage has occurred on account of any act or omission on the part of the Bank or its officers or employees, whether by negligence or otherwise. Page 8

9 g) No extension of time shall be granted under any circumstances to the Bidder for submission of the Bid except with approval from Evaluation Committee. h) The Bidder shall be responsible for all the costs associated with the preparation of the Bid, including participation in discussions, attending the Pre-bid Meet, etc. The Bank shall not be responsible in any way for such costs, regardless of the conduct or outcome of the Bidding Process. 10. Bid Evaluation Process : a) The Bid submitted by the Bidder shall be examined and evaluated by the Evaluation Committee, based on the information and documents furnished by the Bidder, as part of the Bid, and in accordance with the terms and conditions detailed in this RFP Document. b) The Bid shall comprise of the following: i. Technical Proposal; and ii. Financial Proposal. c) The Bid evaluation process comprises of the following steps: i. Step I Evaluation of Technical Proposal of the Bidder ii. Step II Selection of Qualified Bidder(s) iii. Step III Evaluation of Financial Proposal of the Qualified Bidder(s) iv. Step IV - Selection of Selected Bidder(s) v. Step V Due Diligence of Selected Bidder(s) vi. Step VI - Declaration of Successful Bidder(s) and Issuance of Letter of Intent 11. Technical Proposal : a) Bidder should demonstrate the following eligibility and financial capacity ( Qualifying Criteria ): Eligible domestic bidders: All entities other than individuals, HUFs and unlimited partnerships shall be eligible to participate in this Bid subject to the provisions of this RFP Document. Eligible foreign bidders: Those foreign investors who are eligible to invest under the extant FDI Policy and the Foreign Exchange Management Act, 1999 and the rules and regulations made thereunder, save and except individuals and unlimited partnerships, may participate in this Bid subject to the provisions of this Bid Document. Page 9

10 Criteria I: Financial capacity of a company / body corporate / Financial Institution Criteria II: Financial capacity of fund / insurance company In case of a company/ body corporate, the following minimum financial requirements should be complied by the Bidder: Consolidated Net-worth of INR 50,00,00,000/- (Indian Rupees Fifty Crore only) or more as on March 31, The Bidder shall provide a certificate of consolidated Net-worth certified by its authorized signatory signing the bid documents; In case of funds or insurance companies, the following minimum financial requirements should be complied with by the Bidder: a) Consolidated Minimum Asset Under Management (AUM) of INR 1000 crores as on March 31, 2017 supported by audited financial statements; or b) Committed funds available for investment / deployment in Indian companies or Indian assets of INR 1000 crores or more as on March 31, 2017 supported by copies of such commitment letters (firm commitment) from the investors of the fund. Insurance companies shall provide certificate from the authorized signatory in support of (a) above. Funds shall provide certificate from the authorized signatory in support in (a) or (b) above. b) The Bidder must provide true and correct information in relation to its eligibility and financial capacity as per the format of Technical Proposal as provided under Appendix III. c) The Bidder must clarify in its Technical Proposal, the capacity under which it is submitting its Bid i.e. whether it is submitting the Bid as a company/ body corporate/ financial institution/funds/ joint venture/ consortium. The Bidder must also provide supporting documents under the Applicable Laws Page 10

11 to demonstrate its capacity as a company/ body corporate/ financial institution/funds/ joint venture/ consortium. d) In case the Bidder is: i. a company / body corporate / financial institution then such Bidder is required to demonstrate and satisfy the Criteria I of the Qualifying Criteria; or ii. a fund / insurance company then such Bidder is required to demonstrate and satisfy the Criteria II of the Qualifying Criteria, or iii. a joint venture or the consortium (whether incorporated or unincorporated), the Bidder shall convey the details of the Lead Partner for the joint venture or the consortium to the Bank and the nature of establishment. The applicable Qualifying Criteria will depend on the nature of establishment of the Lead Partner. Thus, if the Lead Partner in the joint venture or the consortium is a company /body corporate/ financial institution, the Lead Partner must satisfy the Criteria I of the Qualifying Criteria. If the Lead Partner in the joint venture or the consortium is a fund/insurance company, the Lead Partner must satisfy the Criteria II of the Qualifying Criteria. e) any other category of Bidder, may choose to demonstrate to satisfy either Criteria I or Criteria II as per applicability, f) For the purposes of qualifying under financial capacity, financial strength of the Bidder/Ultimate Parent/Parent/Group Company/Affiliate can be used in line with the accounting principles as per which the financials statements of the group have been prepared for the previous financial year. Documents listed out under Para 11 a) for the group shall be provided along with the Technical Proposal. g) In case of Joint venture/ Consortium, a member shall not be a part of more than one joint venture/ consortium or bid as a single bidder. h) The Bidder should also submit the audited financial statements of immediately preceding 2 (two) financial years. If the audited financial statement of the immediately preceding financial year is not available then an unaudited financial statement of such financial year should be submitted along with the Technical Proposal. For the sake of clarification, in the event the Bid Due Date falls within three months of the closing of the latest financial year of the Bidder, it may ignore such latest financial year. Financial year, for this purpose, shall mean the accounting year followed by the Bidder in the course of its normal business. i) In addition to the aforementioned documents, the Bidder(s) shall submit the constitutional documents, profile of the Bidder(s) including description Page 11

12 of its business activities, names and addresses of its board of directors, shareholding pattern, tax residency certificate (if any), registration certificate with any regulatory authority (including RBI, SEBI, IRDAI) at the time of submitting the Technical Proposal. j) Submission of Application Fee & Earnest Money Deposit: Each bidder has also to submit Non-refundable application fee of INR.25000/- (Rupees Twenty Five Thousand only) and Earnest Money Deposit (EMD) of INR.25,00,000/- (Rupees Twenty Five Lakhs only) by way of DD/ Bankers Cheque (from Nationalized/ scheduled Commercial bank) in favour of Bank of India. The DD/ Bankers Cheque (from Nationalized/ scheduled Commercial bank) is to be kept in the Envelop I pertaining to Technical Proposal 12. Financial Proposal : a) The Bidder shall submit the Financial Proposal for the Bid in the format provided in Appendix IV to this RFP Document. b) As part of the Financial Proposal, the Bidder shall submit the Price per Equity Share (in INR) and the number of Equity Shares to be acquired from Bank of India. However, the Bidder should Bid for minimum 11,38,378 Equity Shares of the STCI Finance Ltd. c) The Financial Proposal shall be evaluated on the basis of Price per Equity Share submitted by the Bidder, as per the provisions of Para 14 ( Evaluation Process ). d) The Evaluation Committee reserves the right to amend or modify the criteria of the evaluation of the Financial Proposal submitted by the Bidders, prior to the Bid Due Date. 13. Non - Responsive Bids: a) The Technical Proposal and the Financial Proposal submitted by Bidders shall be scrutinized to establish responsiveness to the requirements laid down in this RFP Document. In addition to the events set out in Para 8 above, the following events or occurrences may cause the Bid to be considered non- responsive, at the sole discretion of the Bank: i. Bids that are incomplete, i.e. not accompanied by any of the applicable formats and documents as specified in this RFP Document; ii. A Bidder submitting more than one Bid; iii. Material inconsistencies in the information / documents submitted by the Bidder, affecting the Qualifying Criteria; iv. Bid not received by the Bid Due Date; Page 12

13 v. Bid not signed by authorized signatory and / or stamped in the manner indicated in this RFP Document; vi. Information not submitted in the formats specified in this RFP Document; vii. Bid validity being less than that required in this Bid Document; viii. Bid being conditional in nature; ix. Existence of Conflict of Interest; x. Bidder delaying in submission of additional information or clarifications sought by the Bank as applicable; or xi. Bidder makes any misrepresentation. b) A Bid shall be reviewed for compliance with the submission requirements set forth in this RFP document. Appendix VII (Checklist for Submission of Bid) in this RFP Document shall be used to check whether the Bidder meets the stipulated requirements. 14. Evaluation process: An Evaluation Committee formed for this purpose by BOI will carry out the process as under: Step I- Evaluation of Technical Proposal of the Bidder a) The sealed envelope containing the Technical Proposal submitted with the Bid shall be opened by the Evaluation Committee on the date and time as communicated by the Bank by an to the Bidders. b) The Technical Proposal submitted by the Bidders shall be scrutinized by the Evaluation Committee based on the Qualifying Criteria set out in Para 8, 11 and 13 above. Provided that if a Bid that is found deficient or irregular in meeting the procedural requirements as set out in this RFP Document, then the Evaluation Committee, shall have the right at their sole discretion to give an extension of 2 (two) days to the concerned Bidder to remedy any deficiencies or irregularities in the Bid submitted and thereafter if the Bid is still found to be deficient after the re-submission then the Evaluation Committee, reserves the right to declare such Bid as non-responsive at their sole discretion. Step II- Selection of Qualified Bidder(s) Based on the evaluation set out above, the Evaluation Committee shall approve and select the Qualified Bidders and the name of the Qualified Bidder will be declared by the Bank. For the avoidance of doubt, such selection of the Qualified Bidders by the Evaluation Committee shall be final and binding on all the Bidders. Page 13

14 Step III- Evaluation of Financial Proposal of the Qualified Bidder(s) a) The sealed envelope containing the Financial Proposal submitted with the Bid by the Qualified Bidders shall be opened by the Evaluation Committee on the date as may be communicated by the Bank and such date shall be duly communicated by an , to the Qualified Bidders. b) The Financial Proposal submitted by the Qualified Bidders shall be scrutinized by the Evaluation Committee based on the Criteria set out in Para 12 above. Provided that a Financial Proposal that is found deficient in meeting the requirements set out in this Bid Document may be declared non-responsive at the sole discretion of the Bank. Step IV Selection of Selected Bidder(s) a) The Qualified Bidders Financial Proposal shall be evaluated by the Evaluation Committee, based on the information furnished as per the prescribed formats, and the related documentary evidence in support of meeting the requirements as specified in Para 12 above as furnished by the Bidder. b) The Price per Equity Share ( Price ) as per the Financial Proposal of all Qualified Bidders shall be ranked from the highest to the lowest, with the highest ranked bidder designated as H1 Bidder, second highest H2 Bidder and so on and so forth. In the event the Evaluation Committee is not satisfied by the Price quoted by the Qualified Bidders in their Bid, the Evaluation Committee reserves the right to annul the Bidding Process and reject all Bid(s). c) In the event that the H1 Bidder has bid for purchase of all the 1,13,83,781 Equity Shares of the Company as per the Financial Proposal, the H1 Bidder may be declared as the Selected Bidder. The Evaluation Committee at their sole discretion reserves the right to further negotiate with the H1 Bidder. d) In case the H1 Bidder has not bid for all the 1,13,83,781 Equity Shares of the Company, the bank shall have right to sell the shares partially to different Bidders. e) Based on the assessment set out above, the Evaluation Committee shall select one or more Selected Bidder, and accordingly the name(s) of the Selected Bidder(s) will be declared by the Bank. For the avoidance of doubt, such selection of the Selected Bidder(s) by the Evaluation Committee shall be final and binding on all the Qualified Bidders. Page 14

15 Step V - Due Diligence of Selected Bidder(s) a) The Evaluation Committee reserves the right to conduct a due diligence on the Selected Bidders with the assistance of external agencies. The scope of the due diligence shall include but not be limited to the following parameters: i. compliance with the statutory/regulatory guidelines with respect to the Selected Bidders (domestic as well as overseas); ii. Know Your Customer checks to the satisfaction of Bank; iii. review of the financial capacity of the Selected Bidders; and iv. Any other matter, which the Bank may deem fit or necessary. b) To enable the Evaluation Committee to conduct due diligence on the Selected Bidder(s), the Selected Bidder(s) shall submit documents including but not limited to its constitutional documents, profile of the Selected Bidder(s) including description of its business activities, names and addresses of its board of directors, shareholding pattern, tax residency certificate (if any), registration certificate with any regulatory authority (including RBI, SEBI, IRDAI), name and identity of beneficial owners, details of litigation, history of action taken by any regulatory authority and such other documents as may be specified by the Evaluation Committee. c) In the event any of the Selected Bidder(s) is deemed ineligible after the aforementioned due diligence, the Evaluation Committee shall be at liberty and reserves the right to, at their discretion conduct Step IV (Selection of Selected Bidder) above again for the shortfall resulting from the disqualification of such Selected Bidder, starting from the Qualified Bidder next in rank to the disqualified Selected Bidder; to finalize the list of Selected Bidders. Step VI Declaration of Successful Bidder(s) and Issuance of LoI a) Upon satisfactory completion of the due diligence exercise in relation to the Selected Bidders as set out in Step V above, the Evaluation Committee shall select one or more Successful Bidder(s), and accordingly the name(s) of the Successful Bidder(s) will be declared by the Bank; b) Thereafter an Letter of Intent shall be issued by the Bank to the Successful Bidder(s). c) For the avoidance of doubt, such selection of the Successful Bidder(s) by the Evaluation Committee shall be final and binding on all the Selected Bidders. Page 15

16 15. Conditions Subsequent : a) Pursuant to the issuance of the LoI, the Successful Bidder(s) shall be required to comply with the following conditions, in accordance with the timelines, as set out in this RFP Document ( Conditions Subsequent ). b) Acceptance of LoI : The Successful Bidder(s) shall within a period of 3 (three) days from the date of issuance of the LoI, accept the LoI, without any condition and record such acceptance by providing the Bank with 1 (one) copy of the LoI with an endorsement stating that such LoI is Accepted Irrevocably and Unconditionally, under the signature of the authorized signatory of the Successful Bidder. c) Obtaining requisite Statutory and Regulatory Approvals : The Successful Bidder(s) shall obtain all the relevant regulatory approvals, if required, under Applicable Law for the acquisition of Bank s stake being divested in the Company, within a period of 20 (Twenty) days from the date of issuance of the LoI. d) Execution of Definitive Agreements: The Successful Bidder(s) shall, pursuant to the discussion with the Bank, execute the Share Purchase Agreement and other Definitive Agreements within 30 (Thirty) days of date of issuance of the LoI (unless otherwise extended by the Bank). The Successful Bidder(s) shall comply with the conditions precedent set out in the Definitive Agreements within 15 (fifteen) days from the date of execution of the Definitive Agreements or such other period as may be extended by the Bank. e) Closing of the Transaction: Closing of the Transaction shall occur once the Bank receives the Consideration from the Successful Bidder(s) and the name(s) of the Successful Bidder(s) are recorded in the register of shareholders of the STCIFL. In the event the approval of the board of directors of STCIFL is not provided, to register the transfer of the Shareholding or any part thereof in the name of any or all of the Successful Bidder(s), the Evaluation Committee reserves the right to annul the Bidding Process or conduct Step IV, Step V and Step VI, as set out in Para 14 above, in respect of other Selected Bidders. 16. Consequences Of Non-Compliance With Conditions Subsequent : In the event of non-compliance with the Conditions Subsequent, set out in Clause 15 above, the Evaluation Committee reserves the right to pursue any of the following actions: a) the Evaluation Committee may revoke the LoI; b) the Evaluation Committee may cancel the Bid submitted by the Successful Bidder(s); Page 16

17 c) the Evaluation Committee may forfeit the EMD provided by the Successful Bidder unless such non-compliance is due to failure to receive Company board approval as stipulated in Para 15 e); d) the Evaluation Committee may conduct Step IV, Step V and Step VI, as set out in Para 14 above in respect of other Selected Bidders. 17. Miscellaneous: a) The terms and conditions of this RFP Document and any Bid submitted pursuant hereto, shall be non-binding on the Bank. b) This RFP Document and the Bidding Process shall be governed by and construed in accordance with the laws of India and the courts at Mumbai shall have the exclusive jurisdiction over all disputes arising under, pursuant to or in connection with this RFP Document or the Bidding Process. c) The Evaluation Committee, in their sole discretion and without incurring any obligation or liability, reserve the right, to; i. suspend or cancel the Bidding Process, amend or supplement the Bidding Process or modify any time period or terms and conditions set out in this RFP Document; ii. consult with any Bidder in order to receive clarifications or further information; iii. retain any information submitted by, on behalf of, and/or in relation to any Bidder; iv. cancel or disqualify the Bid submitted by the Bidder at any stage of the Bidding Process as per the RFP Document; or v. Independently verify, disqualify, reject or accept any and all submissions or other information or evidence submitted by, or on behalf of any Bidder. d) The Bidder hereby agrees and releases the Bank and its employees, agents and external advisors to the Bank, irrevocably, unconditionally, fully and finally, from any and all liability for claims, losses, damages, costs, expenses or liabilities, in any way related to or arising from the exercise of any rights or performance of any obligations set out under this RFP Document, or in connection with the Bidding Process, and waives any and all rights or claims the Bidder may have in this respect, whether actual or contingent, whether present or in future. e) The Bank reserves the right to accept or reject any bid/s in part or in full or to cancel the bidding process and reject all Bids at any time without Page 17

18 incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Bank s action and the Bank's decision in this regard will be final. No contractual obligation whatsoever shall arise on the Bank from the RFP process. f) Any effort on the part of Bidder/s to influence the evaluation process may result in rejection of the proposal. g) Applicants shall be deemed to have: i. Examined the RFP document and its subsequent changes, if any for the purpose of responding to it. ii. Examined all circumstances and contingencies, having an effect on their proposal and which is obtainable by making reasonable enquiries. iii. Satisfied themselves as to the correctness and sufficiency of their proposal and if any discrepancy, error or omission is noticed in the proposal, the applicant shall notify the Bank in writing on or before the end date/time. h) The Bidders must advise the Bank immediately in writing of any material change to the information contained in their proposal, including any substantial change in their ownership or their financial or technical capacity. i) RFP responses/bids shall remain valid for a period of 180 days from the date of opening of the Bid. A Bid valid for a shorter period may be rejected by the Bank as non-responsive. j) In exceptional circumstances, the Bank may solicit the Bidders consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The EMD provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its EMD. k) The Bank reserves the right to call for fresh quotes any time during the validity period, if considered necessary. l) For any further clarification, please contact : The General Manager/ Dy. General Manager, Bank of India, Treasury Branch (HO), Star House I, C-5, G Block, 7th Floor, BKC, Bandra East, Mumbai Tel: / HeadOffice.SDM@bankofindia.co.in Page 18

19 APPENDICES Formats for Bid Submission The following formats are required to be submitted as part of the Bid. These formats are designed to demonstrate the Bidder s compliance with the requirements set forth in this RFP Document. 1. Appendix I: Format of the Covering Letter (Envelope I); 2. Appendix II: Format of the Bidder s composition and ownership structure (Envelope I); 3. Appendix III: Format of the Technical Proposal (Envelope I); Format for financial capacity evaluation under Para 11 (Envelope I); 4. Appendix IV: Format of the Financial Proposal under Para 12 (Envelope II); 5. Appendix V: Format of Undertakings (Envelope I); 6. Appendix VI: Format of the certificate of relationship of Parent Company or Group Company or Affiliate or Ultimate Parent with the Bidder (Envelope I); 7. Appendix VII: Format of the checklist for Bid submission (Envelope I); and 8. Appendix VIII: Format for seeking Clarification. A Bidder may use additional sheets to submit the information for its detailed response. Page 19

20 Appendix I: Format for Covering Letter (On the Letter Head of the Bidder) Bidder's Name: Full Address:.. Telephone No.:. address:.. Fax / No.:.. To, General Manager, Bank of India, Treasury Branch, Star House I, C-5, G Block, Bandra Kurla Complex, Bandra East, Mumbai Dear Sir, Sub: - Offer for Purchase of Equity Stake in STCI Finance Limited held by BOI Ref: - RFP Document dated 07 th August, 2017 We, the undersigned Bidder having read and examined in detail the RFP Document for Purchase of partial / entire equity stake in STCI Finance Limited held by Bank of India (BOI) and hereby submit our Bid. We are enclosing the Bid with duly signed formats as desired by you in the RFP Document for your consideration. Application Fee & EMD: We enclose a non-refundable application fee of INR 25,000/- (Twenty Five Thousand only) and EMD of INR 25,00,000/- (Twenty Five Lacs only), in the form of Cheque/DD no. dated. as per the details given in the RFP Document in terms of Para 4 d) of the RFP Document. We have submitted our Technical Proposal and Financial Proposal strictly as per the Appendix III and Appendix IV of the RFP Document respectively, without any deviations, conditions and without mentioning any assumptions or notes. Acceptance We hereby unconditionally and irrevocably agree and accept the terms of the RFP Document and that the decision made by BOI in respect of any matter regarding or arising out of the RFP Document shall be binding on us. We hereby expressly waive any and all claims in respect of Bidding Process. We confirm that there are no litigations or disputes against us, which materially affects our ability to fulfill our obligations under the RFP Document. Page 20

21 Familiarity with Relevant Indian Laws & Regulations We confirm that we have studied the provisions of the relevant Applicable Laws as required to enable us to submit this Bid and execute the other Definitive Agreements, in the event of our selection as the Successful Bidder. We have obtained the necessary corporate and regulatory approvals required under Applicable Law for participating in the Bidding Process and acquiring the equity stake in STCI Finance Ltd in the event of our selection as the Successful Bidder. CONTACT PERSON - Details of contact person are furnished as under: Name:. Designation:. Company Address: Phone Nos.:. Fax Nos.:.. address: We are enclosing the Technical Proposal (Envelope I) and Financial Proposal (Envelope II) containing duly signed formats, each one duly closed separately, in one (1) original as desired by you in the RFP Document for your consideration. It is confirmed that our Bid is consistent with all the requirements of submission as stated in the RFP Document. The information submitted in our Bid is complete, strictly as per the requirements stipulated in the RFP Document and is correct to the best of our knowledge and understanding. We would be solely responsible for any errors or omissions in our Bid. We confirm that all the terms and conditions of our Bid are valid for acceptance for a period of 180 days from the Bid Due Date and shall extend the validity as and when required by the Bank of India. We confirm that we have not taken any deviation so as to be deemed nonresponsive with respect to the conditions stipulated in this RFP Document. Thanking you, Yours faithfully, (Signature) Name and address of Authorized Signatory of the Bidder Date:. Place: Page 21

22 Appendix II: Format for Bidder s composition and ownership structure Please tick the correct option: the Bid is being submitted by the Bidder in its capacity as a company/ body corporate/ financial institution/funds/ joint venture/ consortium/insurance company. In case of joint venture / consortium, details of the members of joint venture / consortium: Members of joint venture / consortium Member 1 (Lead Partner) Member 2 [Please add extra rows if there are more than two members] % Share of member in Consideration Nature of establishment of the member Corporate Details: Please provide the following information for the Bidder. a. Company s Name, Address, Nationality details: Name Registered Office Website Address Corporate Identification Number (CIN), if any: Country of Origin: Address for Correspondence: Year and Date of Incorporation Company's Business Activities: Name of the authorized representative Telephone Number Address Fax No b. Please provide the following documents: (i) Copy of the Memorandum and Articles of Association and certificate of incorporation or other equivalent constitutional document (as applicable in the case of a foreign company), including their amendments of the Bidder (certified by the company secretary or a director) (as Attachment 1 to this document); or (ii) If the Bidder is incorporated as a joint venture, then copy of the Memorandum and Articles of Association and certificate of incorporation or other equivalent constitutional document (as applicable in the case of a foreign company), including their amendments of the Bidder (certified by the company secretary or a director) (as Attachment 1 to this document); or Page 22

23 (iii) If the Bidder is not incorporated as a joint venture or a consortium, then copy of the Memorandum and Articles of Association and certificate of incorporation or other equivalent constitutional document (as applicable in the case of a foreign company), including their amendments of each of the members who shall be forming the joint venture or the consortium (certified by the company secretary or a director along with a power of attorney as Attachment 1 to this document); and Consortium Arrangement Agreement; and c. Details of Ownership Structure: Details of each of the persons owning 10% or more of the total paid up equity of the Bidder. Name of the Bidder company. Status of equity holding as on. Name of Equity Type and Number of Shares owned % of Equity Holding Extent of Voting Control (%) Note: Status of equity holding should be provided not earlier than 30 (thirty) days prior to Bid Due date. The determination of the relationship of the Parent Company or Affiliate or Group Company with the Bidder shall be existing 7 days prior to the Bid Due Date. Documentary evidence in the form of a certificate from a practicing Company Secretary or Statutory Auditor to establish such relationship shall be furnished by the Bidder along-with the Bid. For and on behalf of Bidder M/s. (Signature of authorized signatory) Name:. Designation:... Stamp:... Date:.. Place: Page 23

24 Appendix III: Technical Proposal (On the letter head of the Qualified Bidder) Format for financial capacity evaluation under Para 11 To, General Manager, Bank of India, Treasury Branch, Star House I, C-5, G Block, Bandra Kurla Complex, Bandra East, Mumbai Dear Sir, Sub: Bid for Purchase of Equity Stake in STCI Finance Limited held by Bank of India (BOI) in response to the RFP Document dated 07 th August, 2017 We submit our Bid for which we submit details of our Financial Capacity (please fill up the applicable table) Name of Bidder/Group Companies/Affiliates Consolidated Net Worth in INR (as per generally accepted accounting principles in India) [OR] Relationship with Bidder* Net-worth (INR) Name of Bidder/Group Companies/ Affiliates Consolidated AUM in INR Name of Bidder/Group Companies/ Affiliates Companies/Affiliates Total Value in INR [OR] Relationship with Bidder* Relationship with Bidder* Asset Under Management (AUM) Committed Funds Page 24

25 *Note: (a) The column for Relationship with Bidder is to be filled in only in case financial capacity of Parent Company and/ or Affiliate and/ or Group Company has been used for meeting financial capacity evaluation. (b) In case of joint venture / consortium, details of the joint venture / consortium partner permissible under the RFP Document to be provided in the format. The following documents have been annexed herewith this letter: (a) In case of company / body corporate / Financial Institution: (i) a consolidated Net- Worth certificate of the Bidder certified by its authorised signatory signing the bid (ii) audited financial statements of immediately preceding two financial years; or an unaudited financial statement of immediately preceding financial year; (b) (c) In case of a fund / insurance company: (i) A certificate from the authorised signatory of the Bidder certifying the consolidated AUM of the insurance company/ fund or committed funds (as the case may be); (ii) commitment letters from the investors; (iii) audited financial statements of immediately preceding two financial years; or an unaudited financial statement of immediately preceding financial year. The constitutional documents, profile of the Bidder(s) including description of its business activities, names and addresses of its board of directors, shareholding pattern, tax residency certificate (if any), registration certificate with any regulatory authority (including RBI, SEBI, IRDAI). In case of joint venture / consortium, all the members of the consortium shall submit the documents listed out herein. Yours faithfully (Signature and stamp (on each page) of Authorized Signatory of Bidder) Name:. Date:.. Place:.. Notes: 1. Along with the above format, in a separate sheet, please provide details of computation of Net-worth. Page 25

26 Appendix IV: Financial Proposal Format for Financial Proposal under Para 12 (On the letter head of the Qualified Bidder) To, General Manager, Bank of India, Treasury Branch, Star House I, C-5, G Block, Bandra Kurla Complex, Bandra East, Mumbai Dear Sir, Sub: Financial Proposal relating to purchase of Equity Stake in STCI Finance Limited held by Bank of India Set out below is the Financial Proposal relating to the acquisition of partial/ entire equity stake in STCI Finance Ltd ( Transaction ) submitted pursuant to the RFP Document dated 7 th August, 2017 issued by Bank of India ( RFP Document ): We submit our Bid for which we submit details of our Financial Proposal (please fill up the applicable table) Price Per Number of Shares Share (INR) Total Consideration (INR) % of Company s equity shareholding bid for We understand that the Bid submitted by us is final and binding on us. We understand that the Bid shall be valid for period of not less than 180 days from the Bid Due date or for such revised period as may be considered by the Bank of India from time to time. We understand that the Bank of India have further right to renegotiate the terms of this Financial Proposal and the decision of the Bank of India in selection of the Selected Bidder and / or the Successful Bidder shall be final and binding on us. Yours faithfully, (Signature and stamp (on each page) of Authorized Signatory of the Qualified Bidder) Name: Date: Place:... [Please also affix the company seal of Qualified Bidder] Page 26

27 Appendix V - Format for Undertakings Bidder s undertaking [On the Letter Head of the Bidder] To, General Manager, Bank of India, Treasury Branch, Star House I, C-5, G Block, Bandra Kurla Complex, Bandra East, Mumbai Dear Sir, Sub: Bidders Undertakings for Bid for Purchasing Equity Stake in STCI Finance Ltd held by Bank of India in response to the RFP Document dated 7 th August, We give our unconditional acceptance to the RFP Document dated 7th August, 2017 issued by BOI, and as amended from time to time. We undertake to execute all documents required on the completion of the Bidding Process. 2. We have submitted our Technical and Financial Proposals strictly as per Appendix III and Appendix IV of the RFP Document, without any deviations, conditions and without mentioning any assumptions or notes for the Technical and Financial Proposals in the said format. 3. We have submitted the Bid on the terms and conditions contained in the RFP Document. 4. Our Bid shall be valid till the expiry of the Bid Validity Period or for such extended period as decided by BOI. 5. Our Bid has been duly signed by authorized signatory and closed in the manner and to the extent indicated in the RFP Document. 6. We undertake that, if we are selected as the Successful Bidder, we will comply with all the conditions as set out in under the RFP Document, LOI and the Definitive Agreements and all the terms of our Bid as approved by BOI and at terms agreeable to BOI as per the RFP Document. 7. We undertake that our Bid conforms to the requirements of the RFP Document as on the date of submission of this Undertaking including: a) The Bidder has non-default external rating. b) There are no accounts of the Bidder or any of its Group Companies and Affiliates that has been classified as a non-performing asset. c) None of the Bidder, its Group Companies and Affiliates, or any of their promoters or directors have been declared to be wilful defaulters by RBI or by any regulatory authority in case of foreign investors. Page 27

Procurement of Licences of Business Objects BI Platform

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

More information

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

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

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION 1. Background STCI Finance Limited ( STCI or the Company ), is a Systemically Important Non-Deposit Taking Non-Banking Financial

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

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

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries Bank of Baroda, Regional Office,Kolkata Metro Region 4 th Floor Plot No. 38/2, Block GN Sector

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

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

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD Vol I Request for Qualification for Tariff Based Bidding Process for Procurement of Power on Lo

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD Vol I Request for Qualification for Tariff Based Bidding Process for Procurement of Power on Lo MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD Vol I Request for Qualification for Tariff Based Bidding Process for Procurement of Power on Long-Term Basis from Power Stations where Location and

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

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

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

REQUEST FOR BID (RFB) FOR SALE OF INDIAN BANK SHAREHOLDING IN FINO PAYTECH LIMITED (FORMERLY KNOWN AS FINO)

REQUEST FOR BID (RFB) FOR SALE OF INDIAN BANK SHAREHOLDING IN FINO PAYTECH LIMITED (FORMERLY KNOWN AS FINO) REQUEST FOR BID (RFB) FOR SALE OF INDIAN BANK SHAREHOLDING IN FINO PAYTECH LIMITED (FORMERLY KNOWN AS FINO) Indian Bank Treasury Branch, 18th Floor, Maker Tower- F, Cuffe Parade, Mumbai -400 005. MARCH

More information

REQUEST FOR PROPOSAL (RFP) for. Appointment of Portfolio Managers for managing

REQUEST FOR PROPOSAL (RFP) for. Appointment of Portfolio Managers for managing REQUEST FOR PROPOSAL (RFP) for Appointment of Portfolio Managers for managing Indian Council of Agricultural Research (ICAR) General Provident Funds Corpus Date of issue: 12.06.2017 Deadline for submission

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

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

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

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

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

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

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

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

Request for Proposal for Appointment of Consultant for Strategy Development and Implementation Support

Request for Proposal for Appointment of Consultant for Strategy Development and Implementation Support Request for Proposal for Appointment of Consultant for Strategy Development and Implementation Support Bank of Baroda November 23, 2015 RFP Reference:BCC:SP&PB:107/372 REQUEST FOR PROPOSAL (RFP) FOR CONSULTANCY

More information

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies RFP No. NHB/RMD/ICRM/13163/2013 Request for Proposal For Review and Development of Internal Credit Rating Model (ICRM) for assessing Housing Finance Companies Scheduled Commercial Banks Regional Rural

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

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS)

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS) REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS) TENDER REFERENCE NO. : BOI/FIN/06/2016 DATED: 18 th JUNE 2016 BANK OF INDIA

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

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

REPUBLIC 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) 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 information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA.

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA. PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL -11 1 INDIA. ATTENTION: INSURANCE BROKERS REQUEST FOR PROPOSAL PASCHIM BANGA GRAMIN BANK intends

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

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI TENDER NOTICE FOR ANNUAL MAINTENANCE CONTRACT OF FIRE HYDRANT/SPRINKLER SYSTEM INSTALLED AT BARODA CORPORATE CENTRE, MUMBAI NAME OF WORK: Bank of Baroda invites

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

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

Corporate Overseas Travel Insurance for employees of Reserve Bank of India from January 14, 2019 to June 30, 2020

Corporate Overseas Travel Insurance for employees of Reserve Bank of India from January 14, 2019 to June 30, 2020 Corporate Overseas Travel Insurance for employees of Reserve Bank of India from January 14, 2019 to June 30, 2020 The Reserve Bank of India (the Bank) intends taking corporate overseas travel insurance

More information

Request for Proposal. For Appointment of Consultant to Strengthening the Mortgage Loans in Gujarat

Request for Proposal. For Appointment of Consultant to Strengthening the Mortgage Loans in Gujarat Request for Proposal For Appointment of Consultant to Strengthening the Mortgage Loans in Gujarat Bank of Baroda January 2016 RFP Reference: BCC:RB:108/19 dated 19.01.2016. REQUEST FOR PROPOSAL (RFP) for

More information

TENDER NOTIFICATION FOR SUPPLY OF WALL CALENDARS

TENDER NOTIFICATION FOR SUPPLY OF WALL CALENDARS Corporation Bank (A Premier Public Sector Bank) CORPORATE COMMUNICATION, PUBLICITY & PUBLIC RELATIONS DIVISION Head Office, Mangaladevi Temple Road, Mangalore 575 001 Ph.No.0824 2861558, Fax No.0824 2444617

More information

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI CORRIGENDUM / EXTENSION OF LAST DATE OF SUBMISSION OF TENDER

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI CORRIGENDUM / EXTENSION OF LAST DATE OF SUBMISSION OF TENDER BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI CORRIGENDUM / EXTENSION OF LAST DATE OF SUBMISSION OF TENDER WITH REFERENCE TO OUR TENDER NOTICE DATED 11.09.2013 FOR ANNUAL MAINTENANCE CONTRACT OF FIRE HYDRANT

More information

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

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

More information

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

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

Limited Tender. Annexure A

Limited Tender. Annexure A Enq No.54/T-268(12-13) Date: 04/12/2012 Limited Tender Sir, Sealed Tender are invited by the General Manager, India Government Mint, Kolkata to carry out the below mentioned job work as per description.

More information

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

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

Life Insurance Corporation of India

Life Insurance Corporation of India 1 Life Insurance Corporation of India Tender Document for Empanelment of TPAs for providing services for LIC s Health Insurance Policies Health Insurance Division, 4-1-898, Oasis Plaza Tilak Road, Abids,

More information

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Empanelment 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 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

STOCKHOLDING CORPORATION OF INDIA LIMITED

STOCKHOLDING CORPORATION OF INDIA LIMITED STOCKHOLDING CORPORATION OF INDIA LIMITED 301, Centre Point, Dr. Babasaheb Ambedkar Road, Parel, Mumbai 400 012 Phone No. 6177 9400 09 Fax No.61779058 Website: www.shcil.com PRE-QUALIFICATION TENDER FOR

More information

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS For The Corporation of the City of Thunder Bay -- Corporate Information and Technology -- Legal Name of Firm Mailing Address City Postal

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

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

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

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

More information

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

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

More information

ANNEXURE - 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 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 information

TERMS AND CONDITIONS GOVERNING NATIONAL ELECTRONIC FUNDS TRANSFER (NEFT) SYSTEM OF THE RESERVE BANK OF INDIA

TERMS AND CONDITIONS GOVERNING NATIONAL ELECTRONIC FUNDS TRANSFER (NEFT) SYSTEM OF THE RESERVE BANK OF INDIA TERMS AND CONDITIONS GOVERNING NATIONAL ELECTRONIC FUNDS TRANSFER (NEFT) SYSTEM OF THE RESERVE BANK OF INDIA ICICI Bank shall endeavour to provide to the Customer, the National Electronic Funds Transfer

More information

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016 IFCI Limited Registered Office: IFCI Tower, 61, Nehru Place, New Delhi-110019. Telephone No. +91-11- 41732000, Email: nitin.bhardwaj@ifciltd.com, Website: www.ifciltd.com CIN: L74899DL1993GOI053677 TENDER

More information

GAIL (INDIA) LIMITED

GAIL (INDIA) LIMITED GAIL (INDIA) LIMITED GAIL Complex, Vijaipur Distt. Guna, Madhya Pradesh- 473112 EXPRESS OF INTEREST FOR LEASING OF HOT TAPPING MACHINE AND THEIR ACCESSORIES ON LONG TERM BASIS EOI DOCUMENT NO : GAIL/VJPR/PL/EOI/2018-19/01

More information

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

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :... CENTRAL UNIVERSITY OF KASHMIR Transit Campus: Sonwar, Near GB Pant Hospital, Srinagar 190 004 (J&K) Phone: 0194-2468354, 2468357, Website www.cukashmir.ac.in Tender No.: CUKmr/Est/ORS/NG/F.No.317/14/02

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

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

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER AS ARRANGER

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER AS ARRANGER KARNATAKA STATE FINANCIAL CORPORATION Head Office, KSFC Bhavana, No.1/1, Thimmaiah Road, BANGALORE 560 052 Telephone: 22261476/22250134/9945034376, Fax: 22250126, 22250136 BID DOCUMENT FOR APPOINTMENT

More information

STOCK HOLDING CORPORATION OF INDIA LIMITED

STOCK HOLDING CORPORATION OF INDIA LIMITED RFP REFERENCE NUMBER: IT-12/2016-17 DATE: 13.07.2016 STOCK HOLDING CORPORATION OF INDIA LIMITED REQUEST FOR PROPOSAL (RFP) DOCUMENT FOR DISPOSAL OF OLD NON-SERVICEABLE OCE145 Page 1 of 13 DISCLAIMER The

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

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex. INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI भ रत य गक स थ न ग व ह ट Guwahati 781 039, Assam Phone: (0361) 2582067, 2582074: : Fax : (0361) 2692771 TENDER DOCUMENT NIT NO: IITG/MAIN/NIT/FY18-19/04 Dated 06.06.2018

More information

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

Pakistan International Airlines. Procurement & Logistics Department Disposal Section

Pakistan International Airlines. Procurement & Logistics Department Disposal Section Pakistan International Airlines Tel: +92-21-99045277 / 5551, Fax: +92-21-34570120 E-mail: khijbpk@piac.aero Website: www.piac.com.pk Tender Ref#: P&L/SR-13/Tender/CF6-80C2Engine/11/2017 Dated: Nov 25,

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

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

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

More information

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

NOTICE INVITING TENDER

NOTICE INVITING TENDER Board of School Education Haryana NOTICE INVITING TENDER Sealed tenders are hereby invited from experienced service providers for providing the Signal Silencer / Jammer to block voice/image transmission

More information

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

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

TENDER 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 information

Government of India. Ministry of Youth Affairs and Sports. Department of Sports

Government of India. Ministry of Youth Affairs and Sports. Department of Sports Government of India Ministry of Youth Affairs and Sports Department of Sports NIT for selection of CPSU for PMC work for setting up of the proposed National Sports University, Imphal, Manipur - 1 - Important

More information

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences Ref: LIC/CO/IT-BPR/Oracle/Weblogic/Licences/ATS/2017-18 dated 24/03/2017 Life Insurance Corporation

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

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

EOI DOCUMENTS FOR PROJECT THERMAL

EOI DOCUMENTS FOR PROJECT THERMAL EOI DOCUMENTS FOR PROJECT THERMAL 1. Introduction (c) (d) (e) The Company has set up a 270 MW coal based thermal power plant located in Nagpur, Maharashtra (the Project ). The Project had achieved commercial

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI 110 003 Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE Ref: ICSI/Noida: 2016-17 (DM) Date: January 24, 2017 Sealed Quotations are

More information

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS TAMIL NADU POWER FINANCE and INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED.(PowerFin) SPECIFICATION No: PowerFin CRA/2012-13 TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT

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

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS Part A TENDER DOCUMENT (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS This document consists of the following: a. Notice Inviting Applications

More information

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS:2017-18 Dated 10.01.2018 Corrigendum 1 Dated 22.01.2018 S No. Page No/ Article No 1. 5 Old Clause Last

More information

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER KARNATAKA STATE FINANCIAL CORPORATION Head Office, KSFC Bhavana, No.1/1, Thimmaiah Road, BANGALORE 560 052 Telephone: 22261476/22250134, Fax: 22250126 TENDER DOCUMENT FOR APPOINTMENT OF MERCHANT BANKER

More information

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

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

More information

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

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

More information

BALMER LAWRIE & CO. LTD.

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

More information

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

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS ARCHITECTS ANDLEYS ASSOCIATES PVT. LTD. 39, HOUSING SOCIETY SOUTH EXTENSTION PART-I NEW DELHI-110049 NOTICE INVITING TENDERS Ref. No. AAPL/2014/ Dated: 31 st March 2014 M/s Subject: Construction of Group

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

[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

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

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

More information

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL FOR APPOINTMENT OF CONSULTANT FOR PREPARATION OF DETAILED PROJECT REPORT FOR MIXED USE PROJECT AT SURYA NAGAR LAXMAN GHAR, BARETH GWALIOR (M. P.) MADHYA PRADESH HOUSING AND INFRASTRUCTURE

More information

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

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

More information

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

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

More information

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

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES FOR SALARY ACCOUNT HOLDERS OF STATE BANK OF INDIA EOI REFERENCE NO. SBI/PB/G&ITU/2018-19/185

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