Core 4, Scope Complex, 7 Lodi Road, New Delhi Tender No. REC/TAXATION/CONSULTANTS/01/

Size: px
Start display at page:

Download "Core 4, Scope Complex, 7 Lodi Road, New Delhi Tender No. REC/TAXATION/CONSULTANTS/01/"

Transcription

1 Rural Electrification Corporation Limited (REC) Core 4, Scope Complex, 7 Lodi Road, New Delhi Tender No. REC/TAXATION/CONSULTANTS/01/ Notice Inviting Tender (ONLY THROUGH E-TENDERING MODE) For Engagement of Tax Consultants for Direct Tax matters at REC, Corporate Office, Core- 4, Scope Complex, Lodi Road, New Delhi (i) Date of Release of Tender : (ii) Last Date for Submission of Bids Time : Up to 1500 hours : (iii) Date of Opening of Technical Bid Time: 1530 hours : Rural Electrification Corporation Limited (REC) Core 4, Scope Complex, 7 Lodi Road, New Delhi

2 Important Notice 1. An incomplete and/or ambiguous and/or conditional and/or late bid is liable to be ignored/ summarily rejected. 2. The bidder must attest with seal the original tender document as an acceptance of the TENDER terms and conditions and submit the same along with the tender response. In case of non-compliance the bid is liable to be ignored/ summarily rejected. 3. The submission and opening of bids will be through e-tendering process. Tender document is to be downloaded directly from the website or from e-tender link given in REC Website, viz, or from Govt e- procurement portal Note: a) To participate in the E-Bid submission, it is mandatory for the bidders to register with 'TenderWizard' and to have valid user ID & Password. For this purpose, the bidder has to register itself with REC through TenderWizard website given above. Please also note that the bidder has to obtain digital signature token for applying in the tender. In this connection, bidder may also obtain the same from Tenderwizard. The steps to be followed for the registration process are given below: 1. Go to website 2. Click the link ' Register Me' 3. Entre the detail about the bidder as per format. 4. Click 'Create Profile' 5. Bidder will get confirmation with Login-id and Password b) Steps for application for Digital Signature from Tender Wizard are given below: 1. Download the Application Form from the website Follow the instructions as provided. 2. In case of assistance please contact the person under contact us or Mr. Sandeep , Mr. krishna c) To aid bidders the detailed bidder manual on submission of E-Bid is annexed to this tender document at Annexure- H NOTE: The Bidders are advised to obtain digital signature (Level 3) and register themselves at in advance. Please note that REC in no way held responsible if the bidder fails to apply due to non-possession of Digital Signature & non registration 2

3 CONTENTS S.no Section Description Page No 1. Section I Introduction 4 2. Section II Scope of work 5 3. Section III Instruction to Bidders 7 to Section IV General Terms and Conditions 14 to Section V Annexures 18 to 30 ANNEXURE A Details of Bidder 18 ANNEXURE B Bid Security Form (EMD) 19 ANNEXURE C Technical Bid - Eligibility Criteria 20 to 21 ANNEXURE D Technical Bid - Bid Form 22 to 23 ANNEXURE E Technical Bid - Work Plan and Details of Team 24 ANNEXURE F Technical Bid - Undertaking 25 to 26 ANNEXURE G Financial Bid - Price Schedule 27 ANNEXURE H Bidder Help Manual for E - Bidding 28 to 30 3

4 SECTION - I Introduction About Company Rural Electrification Corporation Limited (REC), a NAVRATNA Central Public Sector Enterprise under Ministry of Power, was incorporated on July 25, 1969 under the Companies Act REC is a listed NBFC (INFRA) institution with a net worth of Rs. 20,669 Crore as on Its main objective is to finance and promote generation, transmission and distribution segments in power sector. REC mobilizes funds from various sources including raising of funds from domestic and international agencies and sanction loans to the State Electricity boards, Power utilities, State Government and Private Power developers. The Corporate Office is located at New Delhi and there are eighteen Zonal/Project Offices located at different state capitals of the country in addition to a Training Institute, viz. Central Institute for Rural Electrification at Hyderabad. REC is also having two wholly owned subsidiaries REC Power Distribution Company Limited (RECPDCL) and REC Transmission Projects Company limited (RECTPCL). OBJECTIVE Online Bids in two parts, Part 1 : Earnest Money Deposit (EMD) and Documents named as Technical Bid" and Part 2 : "Financial Bid" valid for 90 days are invited from reputed chartered accountants firm with proven capabilities for Engagement of Tax Consultant for Direct Tax matters including advisory services on income tax matters, assessment proceedings, appeals filing, vetting of income tax returns, international taxation services, tax planning and wealth tax etc at REC, Corporate Office, Core 4, Scope Complex, Lodi Road, New Delhi Financial Bid has to be submitted online only. The Technical Bid and EMD to be submitted both online and in Hard copy. 4

5 SECTION II SCOPE OF THE WORK REC intends to engage a tax consultant for direct taxation having vast experience in handling various corporate direct taxation for a period of one year extendable to further 2 years on annual basis on the same price, terms and conditions at the sole discretion of REC. The Consultant shall provide consultancy services as per the scope of work indicated below: 2.1 Regular Tax Advisory services for domestic transactions - I. Review / vetting of Corporate Income Tax Return (original and revised if required) along with various disclosures / computational notes and all other matters that may be relevant with respect to the filing of the Corporate Income Tax Return of REC as per the Income Tax Act or any other law in force for income tax. II. Assistance to REC in connection with all assessment / reassessment proceedings initiated by appropriate authorities including drafting / filing of replies and submissions, representation before the tax authorities; drafting / filing of submissions with tax authorities regarding rectification applications including any penalty proceedings as applicable; drafting / filing the submissions for stay of any demand, review of orders; representation before appropriate authorities for TDS demands/assessment including drafting / filing of replies and submissions etc. III. Advising REC for further course of action consequent to assessment / reassessment / rectification orders / TDS demands/assessments issued by the Income Tax Authorities; filing of appeals before CIT (Appeals) including drafting of Grounds of Appeal and Statement of Facts, filing of written submissions / paper book and representation in all existing / new appeal proceedings before CIT (Appeals); representing REC in various Statutory Authorities relating to income tax cases; Advising REC for further course of action consequent to order of CIT (Appeals); As of now, Appeals pertaining to A.Y and A.Y are pending in CIT (Appeals); IV. Assisting REC in tax planning, assessing its tax positions and advising on various economically efficient options available as and when required including advance tax planning. V. Pursuing, assisting and coordinating with Income Tax Authorities for getting timely refunds due to REC. 5

6 VI. Rendering expert opinion as and when required by REC for all the taxation issues including TDS, deferred tax, wealth tax etc. Updating REC on all day to day changes in relevant taxation laws and suggesting measures for effective adaptation of changes in REC, wherever required. VII. Review/ vetting of Corporate Wealth Tax Return of REC for each financial year, including review of computation of wealth tax, valuation of taxable assets as per Wealth Tax Act, admissibility of exemptions/ deductions available to REC and all other matters related to Wealth Tax. VIII. Advising on accounting issues relating to direct tax matters including disclosure in notes to accounts and other relevant financial statements, computation of deferred tax, statement of contingent liabilities for tax issues and status of tax demands compliance with Accounting Standards etc 2.2 Regular Tax Advisory services for Foreign / International transactions - I. Advising and vetting on the calculation of withholding tax on payment of Interest / arrangement fee / agency fee / any other payment in consideration of DTAAs / Income Tax Act and residential status of beneficiary of payments. Verifying TDS amount to be deposited, Vetting TDS returns and Handling / follow up all the TDS demands with Income tax department, advising on filing of 15CA and 15CB on foreign payments II. III. Vetting ECB agreements for tax matters in relation to raising of funds and its servicing and payments of fees etc Any other matter related to international taxation in day to day working 2.3 Specialised services on Call out basis - In addition to above Scope of Work, REC at its discretion, if required may avail the special services of Tax Consultants on call out basis for representing it in ITAT/AAR for existing pending cases as well as for new case(s). The scope of work for this activity shall include the following: I. Preparation and filing of appeal/application before ITAT/AAR including Drafting of Grounds of Appeal and Statement of Facts, preparation and filing of written submissions/paper book. II. Representing REC in hearings by a senior having experience in dealing with ITAT cases as specified in Annexure E of section V There are four cases pending in ITAT pertaining to , , and filed by the REC and one case pertaining to A.Y filed by IT Dept.. 6

7 Clause Heading No. 3.1 Scope of work / Responsibiliti es of the bidder 3.2 Eligibility / prequalification Criteria SECTION - III INSTRUCTIONS TO BIDDERS Description/ Details Detailed Scope of work covered in section II Criteria Bidder should be a reputed Chartered Accountancy firm registered with ICAI with a minimum experience of 10 years Bidder should have minimum (i) 3 partners with at least 2 partners having at least 10 years' experience in the taxation field (ii) 5 qualified chartered accountants other than partners out of which 3 should have at least 5 years' experience in the taxation field. Bidder should have permanent office in NCR. Bidder should have undertaken :- (i) at least 2 similar assignments as specified in clause 2.1 of section II "Regular Tax Advisory services for domestic transactions", at least for a continuous period of one year in the last 4 years on retainership basis and (ii) at least 1 similar assignment as specified in clause 2.2 of section II "Regular Tax Advisory services for Foreign / International transactions", at least for a continuous period of one year in the last 4 years on retainership basis Similar assignment means complete tax advisory services including consultancy, assessment handling and attending CIT (Appeals) etc in: 7 Documents Required Copy of Certificate of firm registration Resume of the partners and qualified CAs giving the brief details of relevant experience with membership no. and other documentary evidence Copy of relevant documentary evidence / Firm Reg. No. Proof of execution of services / other credentials (e.g. appointment letter, certificate of indicating services provided completion etc) and Audited P&L of the client

8 (a) Maharatna / Navratna / Miniratna PSU, Scheduled Commercial Bank or (b) Financial Institution / Public Limited Company having annual revenue / turnover of more than Rs crore. 5. The bidder should have an average annual gross receipts / turnover of Rs. 1 (One) crore during last 4 ( four) completed financial years Audited financials and 3CD report to ascertain the average annual gross receipts / turnover 6. Eligibility Criteria for call out basis services The bidder should have at least 2 partners / qualified chartered accountants having minimum 10 years' experience of handling the ITAT/AAR cases including appearing/representing before the ITAT/AAR and should have handled at least 10 ITAT / AAR cases. Name along with Membership No and detail of each such cases handled containing Appeal no (Serial No. / Appeal No. : e.g. 3078/DEL-2014) and other relevant details along with copy of order / judgment 7. Bid should accompany an earnest money deposit (EMD) of Rs. 25,000/- (Rupees Twenty Five Thousand only) in the form of a demand draft/ Pay Order drawn in favor of Rural Electrification Corporation Limited on a scheduled commercial bank payable at New Delhi as specified in Annexure-B. The bidder must fulfill the above eligibility criteria/ pre-qualification conditions. Technical bid of bidders fulfilling the eligibility / pre-qualification conditions will only be further evaluated by the duly constituted technical evaluation committee. Bid(s) of bidder(s) not fulfilling the eligibility / prequalification conditions given above shall be summarily rejected. Undertaking for subsequent submission of any of the above documents will not be entertained under any circumstances. REC reserves the right to verify/confirm all 8 EMD in the form of Demand Draft/ Pay order.

9 3.3 Cost of Bidding 3.4 Preparation & Submission of Bids 3.5 Earnest Money Deposit (EMD) documentary evidence submitted by bidders in support of above mentioned clauses of eligibility criteria. Eligibility Criteria Documents shall be submitted online along with the bid and also in hard copy. Bid without these documents will be rejected outright. The bidder shall bear all costs associated with the preparation and submission of its bid, including post bid discussions, technical or other presentations and REC will in no case be responsible or liable for these costs, regardless of the conduct or the outcome of the bidding process. 1. Eligibility Criteria documents, Technical Bid and Financial Bid to be submitted through online mode on website Hard copy of Technical bid along with supporting documents duly certified and Demand Draft for EMD should be put in separate envelopes duly sealed. The contents inside the envelope, TENDER number, bidder s name & address should be clearly marked on the top of the sealed envelopes. All the envelopes thus prepared shall be put in a single sealed envelope clearly mentioning the TENDER number, bidder s name & address on the top of the sealed envelope and should reach REC Corporate Office: Core 4, Scope Complex, Lodi Road, New Delhi on or before the last date and time fixed for the bid submission. The respective envelopes should also have DO NOT OPEN BEFORE. Super scribed in the front with the date of opening. NOTE: Financial Bid has to be submitted online only. Technical Bid to be submitted both online and in Hard copy. 2. The bid should be valid for a period of 90 days from the last date of submission of bids and should be submitted online, digitally signed, on or before the last date of submission. 3. Supporting documents of Eligibility Criteria and Technical Bid should be submitted online and hardcopy of the same shall also be submitted in sealed cover. 4. Details of EMD to be submitted online along with the scanned copy of DD duly attached. The original DD against EMD to be submitted in sealed cover. 5. Financial Bid - Price Schedule as specified in Annexure G is to be submitted ONLINE ONLY Note: a) The hard copy of the bid as prescribed herein is required to be submitted on or before the last date and time for submission of bid failing which the bid is liable to be summarily rejected. b) The bidder should note that the hard copy should not have any pricing details. In case of a default/ failure, the financial bid will not be opened at the time of opening of bids and shall be summarily rejected. 1. Bid should accompany an earnest money deposit (EMD) of Rs. 25,000/- (Rupees Twenty Five Thousand only) in the form of a demand draft / Pay Order drawn in favor of "Rural Electrification Corporation Limited" on a scheduled commercial bank payable at New Delhi along with Bid Security Form as specified in Annexure- B. 9

10 3.6 The Bidding Document 3.7 Period of Services 2. Any bid without valid EMD will be rejected and will not be opened and/or technically evaluated. 3. EMD of unsuccessful bidders shall be released on finalization of tender and placement of order. 4. The EMD shall be forfeited: (a) If a bidder withdraws its bid during the bid validity period (b) If the successful bidder fails to sign the agreement 5. No interest shall be payable on EMD amount, in any case, by REC. 1. This bidding document include the following: a) Notice inviting Tender / Cover page b) Introduction Section I c) Scope of work Section II d) Instructions to bidders Section III e) General Terms and Conditions of Contract Section IV f) Annexures (Bidder's Detail Form, Bid Security Form, Eligibility Criterion/Pre-qualification Form, Bid Form, Work Plan and Details of Team, Undertaking and Bidder Help Manual) Section V 2. The bidder is expected to examine all instructions, forms, terms and conditions in the bidding document. Failure to furnish all information required and/or False/Incorrect information and/or submission of bid not substantially responsive to the bidding document in every respect will be at the Bidder s risk and may result in rejection of its bid. 3. Prior to the detailed evaluation, the REC will determine whether each bid is complete, and is substantially responsive to the Bidding Document. For the purposes of this determination, a substantially responsive bid is one that conforms to all the terms and conditions of the Bidding Document without material deviations, exceptions, objections, conditionality or reservations. A material deviation, exception, objection, conditionality, or reservation is: a) One that limits in any substantial way the scope, quality, or performance of the desired services and/or b) One that limits, in any substantial way that is inconsistent with the Bidding Document, the REC rights or the successful Bidder s obligations under the Contract; and/or c) One that the acceptance of which would unfairly affect the competitive position of other Bidders who have submitted substantially responsive bids. 4. If a bid is not substantially responsive, it will be rejected by the REC and may not subsequently be made responsive by the Bidder by correction of the nonconformity. The REC s determination of bid responsiveness will be based only on the contents of the bid submitted. 5. Each bidder shall submit only one bid. A bidder who submits more than one bid will be rejected. Alternative bids will not be accepted. One year, extendable to further 2 years on annual basis on the same price, terms and conditions at the sole discretion of REC 10

11 3.8 Technical Bid The Technical bid prepared by the bidder shall comprise of: 1. EMD as specified in clause 3.5 of Section III along with Bid Security Form as specified in Annexure B. 2. Details of Bidder as specified in Annexure A. 3. Detailed Eligibility / Pre-qualification form (Eligibility Criterion Documents) as specified in Annexure C along with all documentary evidences. 4. Bid Form as specified in Annexure D. 5. Work plan and Details of Team as per the requirements specified in Annexure E. 6. Undertaking along with attachments as specified in Annexure F. 3.9 Financial Bid Price Schedule 3.10 Submission of Bids 1. The Financial bid Price Schedule as per Annexure G has to be submitted ONLINE ONLY. 2. The quoted fee / price should be inclusive of all out-of-pocket expenses and any other incidental expenses. 3. The quoted fee should be exclusive of service-tax. 4. Prices quoted by the bidder shall be fixed during the period of the services and not subject to variation on any account. A bid submitted with a conditional price, quotation will be treated as nonresponsive and will be rejected. 5. REC may solicit the bidder s consent to an extension of the period of bid validity. The request and the response thereto shall be made in writing by fax / . A bidder granting the request will neither be required nor permitted to modify its bid, while confirming extension of bid validity. A bidder may refuse the request in writing to REC without forfeiture of its bid security (EMD), In such a case the bid shall be considered as withdrawn and REC shall return/refund the bid security (EMD) at the earliest to such bidder(s). On expiry of the bid validity period the bid shall be deemed valid till such time the bidder does not withdraw its bid formally by a written communication to REC. The bid shall be deemed to be valid for a period of seven working days on receipt of such written communication by REC. 6. All prices, related to the bid, shall be expressed in Indian Rupees only. 1. Bids must be received by REC on-line through REC E- Procurement Portal along with the supporting documents not later than the time and date specified on the cover page of bid document. 2. REC does not own any liability if the hard copy of the bid is submitted somewhere else and not reached to the addressee within due date and time. For any clarification on bid document please contact: S. Muralidharan, DGM (Fin.), Rakesh Kr. Jangid, Sr. Officer (Fin.) Rural Electrification Corporation Limited Core 4, SCOPE Complex, 7 Lodi Road, New Delhi Contact No: , The REC may, at its discretion can extend this deadline for submission of bids and thereafter be subject to the deadline as extended. 4. Any bid received by REC after the timeline for submission of bids 11

12 prescribed by the REC will be rejected. The decision of the REC in this regard shall be final and binding Bid Opening 1. REC will open the bids in the presence of bidders representatives who choose to attend on date and time mentioned on the cover page at REC Corporate Office. Not more than one representative for bidder will be allowed to attend the bid opening. 2. REC will open the EMD envelope first. In case the EMD is not found in order the bid shall be summarily rejected. 3. Technical Bid of only those bidders will be opened whose EMD is found in order. 4. The date and time for opening of Financial bid will be informed later, only to the bidders who qualifies the Technical bid Criterion for evaluation of Technical Bids 3.13 Clarification of Bids 3.14 Opening of Financial Bids 3.15 Evaluation and Comparison of Bids 1. Technical bid of only those bidders will be evaluated whose EMD and Eligibility Criteria Documents are found in order. 2. Detailed technical evaluation will be carried out based on the Technical Bid along with all documentary evidence as specified in clause 3.8 of this section. REC will determine the substantial responsiveness of each bid to the Bidding Documents. 1. During evaluation of the bids, REC may at its discretion, ask the Bidder for clarification of its bid. The bidder has to submit the clarification within 2 (two) working days. The request for clarification and the response shall be in writing and no change in price or substance of the bid shall be sought, offered or permitted. 2. No Bidder shall contact the REC on any matter relating to its bid, from the time of the bid opening to the time the contract is awarded. 3. Any effort by a Bidder to influence the REC in its decisions on bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder s bid and REC will declare the firm ineligible, for a stated period of time from participation in future RFPs/tenders of REC. 4. Unsolicited clarification to the Bid and/or change in price during its validity period would render the Bid liable for outright rejection. 1. REC will open the Financial bids of only those bidders, which have been found to be technically qualified to undertake the job. 2. The Financial Bids of the technically qualified bidders shall be opened in the presence of their representatives, who choose to be present, on a specified date and time and Venue. 3. The date and time of opening of financial bids shall be informed to the technically qualified bidder. 4. The bidder s name, price of Bids and such other details as the REC, at its discretion, may consider appropriate will be read out at the time of opening of financial bids of technically qualified bidders. 1. The comparison shall be of all-inclusive fee of services, such fee to include all costs paid or payable. 2. If there is a discrepancy between words and figures, whichever is higher of the two shall be taken as bid price for comparison. 3. The First Lowest Quote Bidder (LQ1) will be arrived in the following manner: Grand Total of Part A, Part B and Part C of Financial Bid Price Schedule (Annexure G) will be compared for arriving at the LQ1 bidder. 12

13 4. The bidder shall be deemed to have satisfied itself as to the correctness and sufficiency of the Contract Price, which shall except as otherwise provided for in the Contract, cover all its obligations under the Contract. 5. Bidders shall state their bid price for the payment schedule outlined in Clause 4.2 of section IV and as per the price schedule format given in Annexure G only. 6. Prices quoted will be firm and will not change through-out the entire tenure of the contract period, subject to stated otherwise. 7. Any item indicated in Financial Bid - Price Schedule (Annexure G of Financial Bid) shall not be left blank/zero failing which the bid will be out rightly rejected. 8. REC reserves the right to award contract for all or any part of the items indicated in Financial Bid - Price Schedule (Annexure G of Financial Bid). 13

14 Clause Heading No. 4.1 Definitions and Interpretation 4.2 Payment Schedule SECTION - IV GENERAL TERMS AND CONDITIONS Description/ Details In this Biding Document, the following terms shall be interpreted as indicated: 1. The Contract means the agreement entered into between the REC and the Bidder including all the attachments and appendices thereto and all documents incorporated by reference therein; 2. The Contract Price means the price payable to the Bidder under the Contract for the full and proper performance of its contractual obligations; 3. The Services means those services cover in the scope of work as mentioned in SECTION-II; 4. The REC means the organization engaging tax consultants, i.e., Rural Electrification Corporation Limited, located at Core 4, Scope Complex, 7 Lodi Road, New Delhi The Bidder means the firm(s) rendering the services under the Contract; 1. For both domestic and international regular tax advisory services - on monthly basis within 30 days of submission of bill and on satisfactory rendering of services for each month. 2. Specialised services on call out basis - (a) Preparation, filing of appeal, submission of paper book and written submissions 50% of the agreed fees after completion of filing activity. Balance 50% of the agreed fees after successful completion of first hearing. 4.3 Confidentialit y 4.4 Execution of assignment (b) Representation before ITAT/AAR - After successful completion of hearing (c) No fees will be paid for any infructuous hearing/ adjournment. (d) In case of common/ repetitive issues filed at the same time for different assessment years, all appeals filed will be considered as single appeal. 3. Payments shall be subject to deductions of any amount for which the Bidder is liable under the agreement against the contract. Further, all payments shall be made subjects to deduction of TDS (Tax deduction at Source) as per the income- Tax Act, 1961 including addendums from time to time and any other taxes. 4. All Payment shall be made in Indian Rupees only. 5. No Advance Payment will be made by REC on any account. Tax Consultant shall during the tenure of the Contract and at any time thereafter keep all information relating to the work in full confidence and shall not, unless so authorized in writing by REC, divulge or grant access to any information about the work or its results and shall prevent anyone becoming acquainted with either through Tax consultant or its personnel or agents. For execution of complete scope of work, the tax consultant will establish a team of qualified professionals as per the requirement 14

15 of REC. The Tax consultant is solely and exclusively responsible for all the acts of its team members. The deputed professionals shall visit REC on regular intervals for completion of all the assigned work, getting clarifications/ documents and also for rendering of advisory services as and when required by REC. The deputed professionals shall adhere to the discipline, decorum and timing of REC. If at any point of time during the period of contract, if there is substantial change in composition of firm or team assigned to REC based on eligibility criterion, the same should be brought to notice of REC so as to take appropriate action on the same. 4.5 Arbitration If any dispute (s) or differences (s) of any kind whatsoever arise between the Parties, the Parties hereto shall negotiate with a view to its amicable resolution and settlement through a committee appointed by CMD, REC and the senior management of the bidder. In the event no amicable resolution or settlement is reached between the parties within 30 days after receipt of notice by one party, then the disputes or differences as detailed above shall be referred to and settled by the Sole Arbitrator to be appointed by CMD, REC. The arbitration proceedings shall be in accordance with the prevailing Arbitration and Conciliation Act, 1996 and Laws of India as amended or enacted from time to time. The venue of the arbitration shall be New Delhi, India. The fee & other charges of Arbitrator shall be determined by the arbitrator in terms of the Act and shall be shared equally between the parties. The arbitrator will give the speaking and reasoned Award. Notwithstanding any references to Arbitration, the parties shall continue to perform their respective work/ obligation under the contract. 4.6 REC s Right to Accept any Bid and to Reject any or All Bids 4.7 Notification of award 4.8 Corrupt or Fraudulent Practices 4.9 Force Majeure Clause REC reserves the right to accept or reject any bid(s), and/ or to annul the bidding process and reject all bids at any time prior to Award of Contract, without thereby incurring any liability to the affected Bidder or Bidder s or any obligation to inform the affected Bidder(s) of the grounds for REC s action. Prior to the expiration of the period of bid validity or extended period, the REC will place a firm order or notify the successful Bidder in writing that his bid has been accepted. The notification of Award will constitute the formation of the Contract 1. The Bidder shall observe the highest standard of ethics during the rendering of services and execution of the contract. 2. REC will reject a proposal for award if it determines that the Bidder recommended for award is engaged in corrupt or fraudulent practices in competing for the contract in question. 3. REC will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm was engaged in corrupt or fraudulent practices in competing for this bid, or in executing the contract. For the purposes of this Contract, Force Majeure means an event which is beyond the reasonable control of a Party and which makes a Party s performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances. Without limiting the generality of the forgoing, Force Majeure occurrences shall include: acts of nature (including fire, flood, earthquake, storm, hurricane, or other natural disaster) 15

16 4.10 Termination Clause 4.11 Compliance of Various Labour & Industrial Laws 4.12 Any Other Insurance Required Under Law Or Regulations Or By war, invasion, acts of foreign combatants, terrorist acts military etc. Party asserting force majeure shall have the burden of proving proximate cause, that reasonable steps were taken to minimize the delay and damages caused by events when known. 1. The REC may at any time terminate the Contract for any reason by giving the bidder one month notice of termination at REC's Convenience. 2. The REC, without prejudice to any other rights or remedies it may possess, may terminate the Contract forthwith in the following circumstances by giving a notice of termination and its reasons thereof to the bidder : If the Bidder: a) Assigns or transfers the Contract or any right or interest therein in violation of the terms of the contract (Assignment) hereof. b) Has abandoned or repudiated the Contract c) Has without valid reason failed to commence work / rendering of services promptly or has suspended the progress of Contract performance for more than 4 (four) weeks after receiving a written instruction from the REC to proceed and Persistently fails to execute the Contract without just cause d) Refuses or is unable to provide sufficient services to execute and complete the work in the manner specified in the contract. 3. In the event of the termination of the Contract hereof, the REC shall pay to the bidder the Price, the properly attributable to the parts of the services / facilities executed by the bidder as of the date of termination. However, no consequential damages shall be payable by the REC to the bidder in the event of termination. 4. Any sums due to the REC Bidder accruing prior to the date of termination shall be deducted from the amount to be paid to the Bidder under this Contract. 5. In calculating any money due from the REC to the Bidder, account shall be taken of any sum previously paid by the REC to the Bidder under the Contract, including any advance payment paid pursuant to Terms of Payment hereof. 1. The Bidder shall be responsible for required contributions towards P.F, Pension, ESI or any other statutory payments to be made in respect of the contract and the personnel employed for rendering service to REC and shall deposit these amounts on or before the prescribed dates. The Bidder shall be solely responsible for discharging all the obligations as provided in the various statutory enactments. The Bidder shall also be responsible to pay and administrative/inspection charges thereof, wherever applicable, in respect of the personnel employed by him for the works of REC. 2. The Bidder shall be directly responsible and indemnify REC against all charges, dues, claims etc. arising out of the disputes relating to the dues and employment of personnel deployed by him. Bidder shall carry and maintain any and all other insurance(s) which he may be required under any law or regulation from time to time without any extra cost to REC. He shall also carry and maintain any other insurance which may be required by the REC. 16

17 Employer 4.13 Miscellaneou s 4.14 Governing Law 1. It will be imperative on each bidder to fully acquaint itself of all the local conditions and factors which would have effect on the performance of the work / rendering of services and its cost. 2. The bidder will abide by all the law of land, whatsoever, for execution of the defined scope of work. 3. The Bids prepared by the Bidder and all correspondence and documents relating to the bids exchanged by the Bidder and REC, shall be written in the English language. 4. The selected Bidder shall perform the services and carry out its obligations under the Contract with due diligence and efficiency, in accordance with generally accepted techniques and practices used in the industry and with professional ethics. The Bidder shall always act, in respect of any matter relating to this Contract, as faithful advisors to REC and shall, at all times, support and safeguard REC s legitimate interests in any dealings with Third parties. 5. Non-Disclosure Clause: The selected bidder shall not, without REC s prior written consent, disclose the Contract, or any provision thereof, or any information, knowledge, specification, work plan, information furnished by or on behalf of REC or get access to in connection therewith, to any person other than a person employed by the Bidder in the Performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 6. Printed terms and conditions and/or assumptions and/or presumptions etc of the Bidders will not be considered as forming part of their Bid. 7. Bidder will have to arrange on his own the boarding/lodging for the qualified professionals deputed for the assignment. The bidder shall comply with all laws in force in India. The bidder shall indemnify the REC to the extent the liability, damage, claims; fines, penalties, and expenses that were caused or contributed by the actions of the successful bidder. 8. The bidder shall obtain all statutory, legal, external (other than RECL) permissions which may be necessary for completion of the total scope of the work. RECL however will assist or sign document which may be necessary for execution of the same. 9. Bidder will have to arrange on his own the travelling, boarding/lodging and any other incidental expenses for the deputed professionals for the assignment. The Contract shall be governed by and interpreted in accordance with laws in force in India. The Courts of Delhi shall have exclusive jurisdiction in all matters arising under the Contract. 17

18 SECTION V ANNEXURES ANNEXURE A Technical Bid Details of Bidder (BOTH ONLINE and HARDCOPY) (On the letter head of the firm submitting the response document) Note : Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the authenticity and correctness of the information. S.No. Description 1 Name of the Firm Details (To be filled in by the bidder ) 2 Official Address 3 Phone No. and Fax No. 4 address 5 Web Site Address 6 Authorised Representative Name 7 Authorised Representative's Address 8 Authorised Representative's Mobile Number 9 Authorised Representative's E- Mail 10 Brief description of the Firm including the details of partner, major clients handled, specialization, accomplishments and other relevant information about the Firm 18

19 ANNEXURE B Technical Bid BID SECURITY FORM (EMD) (BOTH ONLINE and HARDCOPY) To, The DGM(F&A), Rural Electrification Corporation Limited, Core 4, Scope Complex, 7 Lodi Road, New Delhi Ref: Bid Document No.REC/TAXATION/CONSULTANTS/01/ Sir, Having examined the bidding documents, we, the undersigned, offer to render the services as tax consultants on retainership basis for direct taxes at REC, Corporate Office, Core- 4, Scope Complex, Lodi Road, New Delhi as per the scope of work mentioned in the tender and in conformity with the bidding documents. We hereby submit a bid security / earnest money deposit of Rs 25,000/- (Rupees Twenty Five Thousand Only) as per the tender terms and conditions vide Demand Draft No. dated drawn on favoring Rural Electrification Corporation Limited on a scheduled commercial bank payable at New Delhi. Dated this day of Signature of Bidder Details of enclosures. Full Address: Telephone Fax No. 19

20 ANNEXURE C Technical Bid ELIGIBILITY CRITERIA / PRE-QUALIFICATION FORM (BOTH ONLINE and HARDCOPY) (On the letter head of the firm submitting the response document) Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the authenticity and correctness of the information. S.No Eligibility Criteria/ Pre-qualification conditions 1. Bidder should be a reputed Chartered Accountancy firm registered with ICAI with a minimum experience of 10 years (Copy of Certificate of firm registration) 2. Bidder should have minimum (i) 3 partners with at least 2 partners having at least 10 years' experience in the taxation field (ii) 5 qualified chartered accountants other than partners out of which 3 should have at least 5 years' experience in the taxation field. (Resume of the partners and qualified CAs giving the brief details of relevant experience with membership no. and other documentary evidence) 3. Bidder should have permanent office in NCR. (Copy of relevant documentary evidence / Firm Reg. No.) 4. Bidder should have undertaken :- (i) at least 2 similar assignments as specified in clause 2.1 of section II "Regular Tax Advisory services for domestic transactions", at least for a continuous period of one year in the last 4 years on retainership basis and (ii) at least 1 similar assignment as specified in clause 2.2 of section II "Regular Tax Advisory services for Foreign / International transactions", at least for a continuous period of one year in the last 4 years on retainership basis Similar assignment means complete tax advisory services including consultancy, assessment handling and attending CIT (Appeals) etc in: Eligible (Yes/No) 20 Documentary Proof Attached Page No

21 (a) Maharatna / Navratna / Miniratna PSU, Scheduled Commercial Bank or (b) Financial Institution / Public Limited Company having annual revenue / turnover of more than Rs crore. (Proof of execution of services / other credentials (e.g. appointment letter, certificate of completion indicating services provided etc) and Audited P&L of the client) 6. The bidder should have an average annual gross receipts / turnover of Rs. 1 (One) crore during last 4 ( four) completed financial years (Audited financials and 3CD report to ascertain the average annual gross receipts / turnover) 7. Eligibility Criteria for call out basis The bidder should have at least 2 partners / qualified chartered accountants having minimum 10 years' experience of handling the ITAT/AAR cases including appearing/representing before the ITAT/AAR and should have handled at least 10 ITAT / AAR cases. (Name and Membership No along with detail of each such cases handled containing Appeal no (Serial No. / Appeal No. : e.g. 3078/DEL-2014) and other relevant details along with copy of order / judgment) 8. Bid should accompany an earnest money deposit (EMD) of Rs. 25,000/- (Rupees Twenty Five Thousand only) in the form of a demand draft/ Pay Order drawn in favor of Rural Electrification Corporation Limited on a scheduled commercial bank payable at New Delhi as specified in Annexure-B. (EMD in the form of Demand Draft/ Pay order) Note :REC reserves the right to verify/confirm all original documentary evidence submitted by bidders in support of above mentioned clauses of eligibility criteria. 21

22 Technical Bid ANNEXURE D BID FORM (BOTH ONLINE and HARDCOPY) (To be submitted on the firm s letter head and signed by an authorized partner) To The DGM(F&A) Rural Electrification Corporation Ltd. Core-4, SCOPE Complex, 7 Lodi Road New Delhi Subject: Engagement of Tax Consultant for Direct Tax matters Ref: Bid document No. REC/TAXATION/CONSULTANTS/01/ Dated: Sir, Having examined the bidding documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to render the services as tax consultants on retainership basis for direct taxes at REC, Corporate Office, Core- 4, Scope Complex, Lodi Road, New Delhi , as per the scope of work mentioned in the tender and in conformity with the bidding documents. We undertake, if our bid is accepted, to render the services in accordance with the terms and conditions of the tender specified in the bidding document. We agree to abide by this bid for a period of ninety days after the date fixed for opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. I/We undertake that on completion of the validity period, unless the I/We withdraw my/our bid in writing by giving a notice of seven working days, it will be deemed to be valid until such time that I/we formally withdraw my/our bid. 1. We declare: i) that we have a team of qualified chartered accountants as specified in the bidding document and have infrastructural facilities including manpower that are specialized in the area of direct taxes. ii) that our firm have relevant experience and expertise in direct taxes specified in the bidding document. 1. We hereby offer to render the services as tax consultant for direct taxes at the prices and fee mentioned in the Financial Bid Annexure G. 2. We enclose herewith the complete Technical Bid as required by you and as specified in Section III. 22

23 3. Certified that the bidder is: A partnership firm, and the person signing the bid document is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney, 4. We do hereby undertake, that, until a formal appointment letter is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the tax consultancy work, shall constitute a binding contract between us. Dated this day of 2015 Signature of Bidder Details of enclosures. (With Full Address and Firm Stamp) 23

24 Technical Bid Annexure-E WORK PLAN AND DETAILS OF TEAM (BOTH ONLINE and HARDCOPY) The bidder is required to furnish a work plan for effective execution of the assignment after clear understanding of the scope of work. The Bidder shall provide the details of the team of qualified professionals committed for handling REC assignment both for domestic and international taxation services. The team members should have the following required experience: S.No. Level of assignment Relevant Experience of the team member 1 Representing before ITAT 10 years or more 2 Representing before CIT (Appeals) 10 years or more 3 Providing opinion on income tax matters 4 Attending hearing for Regular assessments and all regular activities covered under scope of work 10 years or more 4 years or more Out of the assignment level mentioned at Sl No. 1, 2 and 3 above, at least one senior member meeting the above relevant experience should be assigned for REC assignment on work requirement basis. For the remaining level of assignment mentioned at Sl. No. 4, at least two team members (one separately for international taxation) meeting the above relevant experience should be assigned for REC assignment on work requirement basis. The bidder may also specify the frequency and duration of deployment of the team for rendering of services at REC Corporate office New Delhi. The details of team members proposed for REC assignment is to be provided as below: S.No. Name of team Level in the firm Post qualification and member other relevant experience Resume of the proposed team members along with documentary evidence fulfilling the relevant experience is also required to be attached. 24

25 ANNEXURE - F Technical Bid UNDERTAKING ON COMPLIANCE OF SCOPE OF WORK AND TENDER TERMS & CONDITIONS OF BIDDING DOCUMENT (BOTH ONLINE and HARDCOPY) I/We hereby undertake that I/we have examined/ perused, studied and understood the tender no. REC/TAXATION/CONSULTANTS/01/ dated 04/02/2015 and any corrigendum/ addendum/ clarification etc. completely and have submitted my/our bid in pursuance and without any material and/or other deviations to the said documents. I/We hereby undertake that I/We understand that the Scope of Work and Requirement of this Tender is indicative only and not exhaustive in any manner and that the final scope of work and specification will be decided by the REC at their discretion. I/We hereby undertake that we shall comply with the Scope of work and requirements and tender terms and conditions completely and there are no deviations and/or submissions and/or clarifications of any manner and/or sort and/or kind in this regard from my/our side. I/We hereby undertake to provide the required services as and when required and/or asked by REC. I/We hereby undertake that I/We understand that the REC reserves the right to float a separate tender for the scope of work and requirements as mentioned in Section II of this tender irrespective of the outcome of this tender. I/We understand that in such a case I/We shall bid separately for that tender and in no case our bid to this tender shall be deemed as a bid for the said tender. I/We hereby undertake that I/We do understand that my/our bid should be as per the tender document and should be accordingly submitted to the REC. In case of a failure to comply and/or a variation the REC has got sole discretion to consider or disqualify my/our bid for the aforementioned tender and I/We shall be not having any claim of any sort/kind/form on the same. I/We agree to bind by this bid for a period of 90 days after the date fixed for opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period and till the time I/We after the expiry of the validity period of 90 days formally withdraw my/our response in writing with a minimum notice period and associated terms and conditions and as specified in the tender document and in all such cases my/our bid shall be deemed to be valid. I/We hereby attach the duly signed and stamped bid document as an acceptance of TENDER specifications and terms & conditions with the technical response without any deviations and/or submissions and/or clarifications of any manner and/or sort and/or kind in this regard from my/our side. 25

26 I/We hereby undertake that printed terms and conditions and/or submissions and/or clarifications as submitted by me/us in my/our bid shall not be considered as forming part of my/ our Bid and shall not be binding on REC in case of acceptance of my/ our bid and/or award of contract by REC to me/us. I/We hereby declare that our firm has not been black listed, debarred, banned or disqualified by any Government or any Government agencies including PSUs during a period of last five years. I/We hereby affirm that our bid is valid for the period including the deemed period as specified in the tender document. Name of the Signatory: Encl: Signature of Authorized Signatory: Date: Place: Company Name& Seal 26

Tender No. REC/Admin/ /e-bid()/Drum-Tonner/ Time schedule of various e-tender related events: : Rs. 5,000/- (Five Thousand Only)

Tender No. REC/Admin/ /e-bid()/Drum-Tonner/ Time schedule of various e-tender related events: : Rs. 5,000/- (Five Thousand Only) E-TENDER FOR EMPANELMENT OF VENDOR FOR SUPPLY OF Drum/ Tonner/ Developer Cartridges TO RURAL ELECTRIFICATION CORPORATION LTD Tender No. REC/Admin/2017-18/e-bid()/Drum-Tonner/ 26.07.2017 Time schedule of

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

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

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

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

Notice Inviting Tender for Printing of Accounts Manual of APDCL

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

More information

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED Last date for submission of application : 20.01.2019 WEBEL TECHNOLOGY LIMITED

More information

रल इल क श फक शन क रप र शन ल मट ड

रल इल क श फक शन क रप र शन ल मट ड BY SPEED POST रल इल क श फक शन क रप र शन ल मट ड RURAL ELECTRIFICATION CORPORATION LIMITED (भ रत सरक र क उघम) (A Government of India Enterprise) Regd Office: Core-4, SCOPE Complex, 7 Lodi Road New Delhi

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

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

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

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

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

INS INDIA, DARA SHUKOH ROAD, NEW DELHI BIDDING NOTICE

INS INDIA, DARA SHUKOH ROAD, NEW DELHI BIDDING NOTICE INS INDIA, DARA SHUKOH ROAD, NEW DELHI-110011 BIDDING NOTICE 1. Sealed bids are hereby invited by the Commanding Officer, INS India for auction of 02 in no. NPF vehicles on as-is-where-is-basis. Bid details

More information

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014 No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014 Subject: Request for quotation for 21 nos. of Apple ipad mini (Wi-Fi + Cellular) model of 16 GB capacity Rural Electrification Corporation Ltd (A Govt.

More information

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

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

More information

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph.2706496, 2701938, Fax- 2706534 TENDER FOR SECURITY SERVICES 1. Name of the firm: 2. Office

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

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER NO.:NTSC/OKHLA/ADMN/8(203)/2017-18 NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III, Near

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

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

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

INVITATION FOR SUBMISSION OF EXPRESSION OF INTEREST FOR PROFESSIONAL SERVICES IN DIRECT AND INDIRECT TAXATION

INVITATION FOR SUBMISSION OF EXPRESSION OF INTEREST FOR PROFESSIONAL SERVICES IN DIRECT AND INDIRECT TAXATION INVITATION FOR SUBMISSION OF EXPRESSION OF INTEREST FOR PROFESSIONAL SERVICES IN DIRECT AND INDIRECT TAXATION 1 2 Notice for Invitation for submission of Expression of Interest for professional services

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

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

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY) PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY) To No. PEC/ACF&A/2018/22989-993, 22998-23017 Dated:-06.08.2018 Subject: Inviting limited tender notice for Legal Retainer for Income Tax

More information

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks.

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks. Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks. 1. INTRODUCTION Brihanmumbai Electric Supply & Transport Undertaking (BEST Undertaking)

More 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

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

e-tender FOR PRINTING OF BOOKLETS IN ENGLISH, HINDI AND REGIONAL LANGUAGES Tender No. REC/Admin/CC/PR/2015/1 Dated:

e-tender FOR PRINTING OF BOOKLETS IN ENGLISH, HINDI AND REGIONAL LANGUAGES Tender No. REC/Admin/CC/PR/2015/1 Dated: e-tender FOR PRINTING OF BOOKLETS IN ENGLISH, HINDI AND REGIONAL LANGUAGES Tender No. REC/Admin/CC/PR/2015/1 Dated: 04.02.2015 Time schedule of various e-tender related events Date of Issue of bids : 04.02.2015

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

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

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

No SAI/ITR/ Dated. 11/06/2014

No SAI/ITR/ Dated. 11/06/2014 By Registered post to:- SPORTS AUTHORITY OF INDIA JAWAHARLAL NEHRU STADIUM COMPLEX GATE NO.-10, LODHI ROAD, NEW DELHI-110003. No SAI/ITR/2013-14 Dated. 11/06/2014 Sub : APPOINTMENT OF CHARTERED ACCOUNTANT

More information

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06 व षय: 08 एप पल आईप ड म न (Wi-Fi + स ल लर) डल 64 ज ब क क ष त क मलए ननव द क मलए अन र ध Subject: Request for quotation for 08 nos. of Apple ipad mini (Wi-Fi + Cellular) model of 64 GB capacity Rural Electrification

More information

Persons to clean the institute including washrooms

Persons to clean the institute including washrooms 1/14 VAISH TECHNICAL INSTITUTE, ROHTAK Phone No. 01262-248572 NOTICE INVITING TENDER TENDER DOCUMENTS FOR OUTSOURCING CHOWKIDAR, SECURITY GUARD, SAFAI KARAMCHARI & MALIS IN VAISH TECHNICAL INSTITUE ROHTAK

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

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

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

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

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

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

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

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

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

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

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

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

More information

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

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 Room No. 703, 7 th Floor, BMTC Building, 80 ft Road, Near Pass Port Office, Koramangala, Bangalore 560095. F. No. CIT (TP)/BNG/CSS/MTS/02/2016-17

More information

NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI CORPORATE OFFICE A-11, Sector-24, NOIDA (U.P.

NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI CORPORATE OFFICE A-11, Sector-24, NOIDA (U.P. NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI007417 CORPORATE OFFICE A-11, Sector-24, NOIDA-201301 (U.P.) REGISTERED OFFICE SCOPE Complex, Core-III, 7, Institutional

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

LIMITED E-TENDER NO: REC/PCM/LAW-LLC/ /18. Invitation for Bid

LIMITED E-TENDER NO: REC/PCM/LAW-LLC/ /18. Invitation for Bid LIMITED E-TENDER NO: REC/PCM/LAW-LLC/2017-18/18 (ONLY THROUGH E-TENDERING MODE) Invitation for Bid For ENGAGEMENT OF LENDER S LEGAL COUNSEL (LLC). Date of Release of Tender 28 th March, 2018 Last Date

More information

NATIONAL INSTITUTE OF IMMUNOLOGY NEW DELHI Tender No. ADMN(GA)/3.4.5 Dated

NATIONAL INSTITUTE OF IMMUNOLOGY NEW DELHI Tender No. ADMN(GA)/3.4.5 Dated NATIONAL INSTITUTE OF IMMUNOLOGY NEW DELHI-110067 Tender No. ADMN(GA)/3.4.5 Dated 05.07.2018 Sub: Notice Inviting Limited Tender for Empanelment of Advertising agency National Institute of Immunology (NII)

More information

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

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

More information

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

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

More information

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

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

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA BALMER LAWRIE & CO. LTD. (A Govt. of India Enterprise) [Container Freight Station] P-3/1, Transport Depot Road Kolkata 700 088 Ph.No.:24506-816 & 811 Fax No.:2449-8355 Email No.: sett.a@balmerlawrie.com

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

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

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR THE REGISTRAR JIWAJI UNIVERSITY GWALIOR Website : www.jiwaji.edu To, (Technical Form) JIWAJI UNIVERSITY, GWALIOR (M.P.) (Format

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

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

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

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad. OFFICE OF THE COMMISSIONER OF CUSTOMS (GENERAL) CHS SECTION, JNCH, NHAVA-SHEVA, TAL URAN, RAIGAD, MAHARASHTRA 400 707 Tel: 022 27244902 Fax: 022 27243303 F.No. S/43-187/2007P JNCH PT1 Date: 15.03.2018

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

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

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

More information

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018 Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018 Last date for submission of bids : 27.06.2018 upto 05.00 P.M. Date of opening of Online bids : 28.06.2018 at 11.00 A.M. Sealed Tenders are invited

More information

REC Limited (Formerly Rural Electrification Corporation Limited) (भ रत सरक र क एक नवरत न उद यम)/(A Navratna Enterprise Govt.

REC Limited (Formerly Rural Electrification Corporation Limited) (भ रत सरक र क एक नवरत न उद यम)/(A Navratna Enterprise Govt. आरईस ल ल ट ड (प र वर र त न र र इ क ट र फ क शन क रप र शन ल ल ट ड) REC Limited (Formerly Rural Electrification Corporation Limited) (भ रत सरक र क एक नवरत न उद यम)/(A Navratna Enterprise Govt. of India) Corporate

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

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

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

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

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

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

E-TENDER NOTICE COMPUTER STATIONERY ITEMS -1- E-TENDER NOTICE COMPUTER STATIONERY ITEMS CITCO invites e-tenders from manufacturers / authorized distributors / wholesale dealers / stockiest / reputed agencies/parties dealing in COMPUTER STATIONERY

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

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

More information

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION No.187/16(3)/2014 Dated : 13 th May, 2014. TENDER DOCUMENT For providing unskilled labour to the Election Commission of India by a Manpower Service

More information

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same. CORRIGENDUM The last date for submission of Tender for Supply of Software Licenses has been extended upto October 07, 2016 by 3:00 PM due to administrative reasons and date of opening of the quotation

More information

No: SDCMU/QC/72/TENDER/ 9421 / Date: 31/01/2018. TECHNICAL TENDER PART 1 (e-tender)

No: SDCMU/QC/72/TENDER/ 9421 / Date: 31/01/2018. TECHNICAL TENDER PART 1 (e-tender) SHIVAMOGGA, DAVANAGERE & CHITRADURGA DISTRICT CO- OPERATIVE MILK PRODUCERS SOCIETIES UNION LIMITED Machenahalli, Nidige (Post), Shimogga- 577 222, 08182-246161/246162/ 246163, Email: md shimul@yahoo.com,

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

F. No. 22(7)/NBB/Security/2019 Dated :

F. No. 22(7)/NBB/Security/2019 Dated : Tel.No. 23232672, 23216693 Fax No. 23231158 Email: nbb.admin@gmail.com F. No. 22(7)/NBB/Security/2019 Dated : 23.02.2019 Sub: Tender notice for providing Security Guards for 8 hours duty. Sealed tenders

More information

10. Validity of proposal 90 Days from the last date of submission of proposal.

10. Validity of proposal 90 Days from the last date of submission of proposal. Software Technology Parks of India (An autonomous society under Ministry of Electronics & Information Technology, Govt. of India) 9 th Floor, NDCC-II, Jai Singh Road, New Delhi 110 001 Phone: 011-23438188

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

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 SECURITY SERVICES INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA, NEW DELHI

TENDER DOCUMENT FOR SECURITY SERVICES INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA, NEW DELHI TENDER DOCUMENT FOR SECURITY SERVICES INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA, NEW DELHI-110 012 INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA,

More information

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

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

More information

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

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

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

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

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

More information

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat-785001 F. No. IG/JHT.RC/ESTT-49/H.VEH/13-14/156 Dated 8 th May 2015 To, M/s Sub: Hiring of Taxi for

More information

Tender Notice for security services

Tender Notice for security services Tender Notice for security services Tender are invited under TWO BID SYSTEM from reputed security service providers registered under the Companies Act, 1956, & having their offices at Bihar for providing

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA SKPVV Hindu High School 6 2565253, 2565959 Email id: rcvijayawada@ignou.ac.in, Website: http://rcvijayawada.ignou.ac.in/, www.ignou.ac.in INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA

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

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

More information

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र Tender No.: Est-01 of 2019 Dated: 16.01.2019 कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र GOVERNMENT OF INDIA

More information

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis.

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis. INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, PUNE Website : http://rcpune.ignou.ac.in Cost of Tender form Rs. 500/F.No. IG/RCP/Scrap Sale/2017/ Dt. 31/10/2017 To M/s.... Sub : Tender for sale

More information

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

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

More information

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following:

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following: G T Road By Pass, Jalandhar-144011, Punjab (India) EPABX-0181-2690301 & 453 website: www.nitj.ac.in email: registrar@nitj.ac.in Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018

More information