BIDDER'S INFORMATION. Bidder information
|
|
- Leo Armstrong
- 5 years ago
- Views:
Transcription
1 Bidder information ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / PACKAGE :48/ NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. BIDDER'S INFORMATION NAME OF THE BIDDER Sl.No. DETAILS 1 BIDDER S NAME TO BE FILLED IN BY THE BIDDER 2 BIDDER S SITE NAME (Name of the Place) 3 ADDRESS 4 CITY 5 STATE 6 COUNTRY 7 PIN CODE 8 PHONE NO. 9 FAX NO. 10 CST REGISTRATION NO. 11 VAT REGISTRATION NO. 12 SERVICE TAX REGISTRATION NO. 13 PAN NO. 14 TAN NO. 15 CONTACT PERSON S NAME Page 1
2 Bidder information 16 POSITION / DEPARTMENT OF CONTACT PERSON 17 CONTACT PERSON S E MAIL ID 18 CONTACT PERSON S PHONE NO. AND MOBILE NO. 19 CONTACT PERSON S FAX NO. 20 DETAIL ADDRESS OF JV PARTNER(IF ANY, WITH ID/FAX NO/CONTACT NO). Page 2
3 SC-5 ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. PACKAGE :48/ SCHEDULE-5 (COMMERCIAL DEVIATIONS) To, ODISHA Power Transmission Corporation Ltd. Bhubaneshwar. Dear Sir, Sub. : The following are the Commercial Deviations and Variations from and exceptions to the specification and documents for the subject Package. These deviations and variations are exhaustive. Except for these deviations and variations, the entire work shall be performed as per your specifications and documents. Further, we agree, that any additional conditions, variations deviations etc. if found elsewhere in our proposal documents other than those stated in this/ deviation Schedule save those pertaining to any rebates offered, shall not be given effect to. NAME OF THE BIDDER Sl.No. Volume Clause No. Section Page No. As specified in the Specification Statement of Deviations/ Variations Cost of withdrawal of Deviations/ Variations Page 3
4 SC Page 4
5 SC-6 ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -47: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. PACKAGE :48/ SCHEDULE-6(TECHNICAL DEVIATIONS) To, ODISHA Power Transmission CorporationLtd. Bhubaneshwar. Dear Sir, Sub.: Technical Deviation/Compliance for PACKAGE :48/ : Construction of Sub-stations, Transmission lines & associated system on Turnkey Basis. Hereby, it is certified that offered technical specification are confirming with the technical specifications and documents for the subject package and no deviations has been taken. However the following are the Technical Deviations and Variations from the and exceptions to the specifications and documents for the subject Package which are unavoidable. These deviations and variations are exhaustive except for these deviations the entire work shall be performed as per your specifications and documents. Further, we agree, that any additional conditions, variations, deviations etc. if found elsewhere in our proposal documents other than those stated in deviations schedule save those pertaining to any rebates offered shall not be given effect to. NAME OF THE BIDDER Sl No Volume/Clause Ref./Page No. As specified in the specification Technical deviation and variation to the specification Cost of withdrawal of Deviations / Variations Page 5
6 SC Page 6
7 SC-11 (Lead Partner) ODISHA POWER TRANSMISSION CORPORATION LIMITED (ODISHA) NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. PACKAGE :48/ SCHEDULE-11(For Lead Partner) (Qualifying Requirement Data Applicable for Bidders Seeking Qualification under Clause 5.0, Section-INV of Bid Documents) To ODISHA Power Transmission Corporation Ltd. Bhubaneshwar. Dear Sir, PACKAGE:PACKAGE :48/ : Construction of Sub-stations,Transmission lines & associated system on Turnkey Basis. Against the subject Package to satisfy the requirements of Clause 5.0, Section-INV, we confirm that we meet the qualifying requirement specified at Para-5.0 of INV (Vol-I) of Bidding Documents. The details of which are given below: NAME OF THE BIDDER Bid Proposal No. / Dated TECHNICAL CRITERIA Pdf file reference Bidder s response The Bidder should have Designed, Supplied, Constructed (including civil foundation works), Tested & Commissioned minimum one (01) No. of 400 KV or higher voltage class sub-station having minimum 03 * (three) Nos. Bays on Turn-Key basis. Note: 03 *: In 400 KV One dia (either I/Π type arrangement 3 nos C.B is required) The above works should have been completed during last 07 (seven) years and should be in successful operation for a minimum period of One (01) year reckoned from the date of opening of Techno-Commercial Bids. **Qualifying Requirement relating to work experience to be submitted as per below. (i) If the work executed as main contractor to the principal employer, then a work completion certificate as well as a certificate regarding satisfactory operation of the installation for One (01) year from the date of commissioning should be submitted duly issued by the Principal employer. (ii) In case the work executed as sub-contractor to the main contractor of the Principal Employer, then a work completion certificate from the main contractor and a certificate that the same installation have been in satisfactory operation for more than One (01) year from the date of commissioning should be submitted duly issued by the Principal Employer. However, if the main contractor is a CPSU/SPSU then they can issue both the certificates. In addition to above the bidder should obtain & attached the manufacturing authorization from the SAS manufacturer as per the OPTCL format. Following is the qualifying criteria of SAS manufacturer:: The SAS manufacturer should have supplied the SAS equipment (as per IEC 61850) in all respect & commissioned at least two nos 400 KV & above voltage class substation and running in successful operation for a minimum period of One (01) year reckoned from the date of opening of Techno-Commercial Bids. Page 7
8 SC-11 (Lead Partner) 2 In case the bidder is not the qualified SAS equipment (IEC 61850) manufacturer, they must obtain authorization (as per format below) from the manufacturer of SAS equipment meeting the criteria as indicated above. (Manufacturer s Authorization for Sub-station Automation (as per IEC 61850) Equipment being offered) Ref: Date: To Sr. G.M, CPC,OPTCL,1ST FLOOR, MULTI STORIED BUILDING, ODISHA POWER TRANSMISSION CORPORATION LIMITED,BHUBANESWAR. We, who are established and reputed manufacturer, meeting the Qualifying requirement of Supply of Sub-station Automation(IEC 61850) equipment as per your tender specification, having factories in do hereby authorize M/s to offer our equipment for tender against NIT No. dated & Tender Specification We hereby undertake that Sub-station Automation (IEC 61850) equipment being offered will meet the relevant technical specification of including supervision of erection, testing and commissioning of the offered equipment at site which will be carried out under your supervision. We hereby confirm that the necessary spares for Sub-station Automation (IEC 61850) shall be available for the period for 10 years from the date of commissioning of substation. (Signature of Authorized Representative) Name: Designation: Common Seal of the Company: WITNESS SIGNATURE WITH ADDRESS Notes:- The manufacturer authorization shall be submitted on the letter head of the Sub-station Automation (IEC 61850) equipment manufacturer, which should be Notorised. The signatory of the manufacturer authorisation should have the authorisation from their Board of Director of the concerned Firm & a copy of the same also to be submitted along with the bid. The bidder shall submit the manufacturer authorization from any Substation Automation (IEC 61850) equipment manufacturers who meets the requirements as stated below for Sub-station Automation (IEC 61850) equipment. 3 (f) NOTE: Qualifying Requirement relating to work experience to be submitted as per below. I. If the work executed as main contractor to the principal employer, then a work completion certificate as well as a certificate regarding satisfactory operation of the installation for One (01) year from the date of commissioning should be submitted duly issued by the Principal employer. II. In case the work executed as sub-contractor to the main contractor of the Principal Employer, then a work completion certificate from the main contractor and a certificate that the same installation have been in satisfactory operation for more than One (01) year from the date of commissioning should be submitted duly issued by the Principal Employer. However, if the main contractor is a CPSU/SPSU then they can issue both the certificates In addition to the above Technical QR,the bidder should be a HT/EHT electrical contractor having a valid license from the competent licensing authority on the date of submission and opening of the tender.( Attach scanned copy of Valid HT/EHT license) 5.5: BID CAPACITY :As per Tender specification Clause No.30, Bid capacity, Vol-I, the bidders are required to furnish the current contract commitment/works in progress in FIN-No.3 for the ongoing works undertaken by you. Furnish the FIN-No.3 indicating the current commitment with the self undertaking in a non judicial stamp paper worth Rs. 100/-(Rupees One hundred only) that The above declaration relating to current contract commitment/works in progress is true as on date & if any deviation to the declaration is noticed afterwords the bid/the award of the contract is liable for rejection and the EMD BG/Performance BG is liable for en cashment. Action as deemed fit may also be initiated by OPTCL. Yes/No Page 8
9 SC-11 (Lead Partner) (i) (ii) (iii) 6 Whether FIN No 1, FIN No 2 & FIN No 3 is furnished ( Indicate YES / NO)(For filling up the format refer Vol-IA condition of contract ANNEXURE-XXIX, XXX & XXXI Wheter the undertaking relating to authenticity of declaration in format FIN NO 1,2& 3 are furnished(indicate YES/NO) Available bid capacity(indicate in INR) Cl Vol-I: 9.0: Unsatisfactory performance of a bidder with respect to orders/jobs executed by them in the past in OPTCL, Orissa.If the performance of any bidder is seen not satisfactory with respect to orders/ jobs executed by them in the past seven years in OPTCL, the bid from such bidder shall not be considered for evaluation. The decision as to the unsatisfactory performance of a bidder shall be taken by OPTCL and the same shall be final. 5.3: Whether You are debarred from participating in OPTCL tenders basing upon the PERFROMANCE RATING(Indicate YES / NO) FINANCIAL CRITERIA 7 Clause No 5.4 : Financial Criteria (i) Clause 5.4(a), Minimum Average Turnover (MAAT) Year Amount (INR): Rs crore (a) for Fin. Year (b) for Fin. Year (c) for Fin. Year Average Turnover Average Turnover (MAAT) as per QR Annual turn over statement for last 05(five) years enclosed as (Indicate the pdf file) (ii) Clause 5.4(b), Turn over Certificate: The bidder has to furnish the audited account certificate from the Charted Accountant indicating the above Turnover statement is excluding all income which are other than from project related works. (Indicate the pdf file reference) (iii) Clause No 5.4(c), Line of credit The Unutilized Line of Credit for fund based & non fund based limit with cash and bank balance including fixed deposit of company as on date not earlier than fifteen (15) days prior to the date of bid opening duly certified by the Bankers As on date Amount (INR):41.39 Crore Page 9
10 SC-11 (Lead Partner) (a) Sanctioned Line of Credit (b) Utilized Line of Credit (c) Unutilized Line of Credit (d)unutilised line of credit as stipulated in QR (e) Whether the comfort letter is issued by the bank to enhance the credit limit up to required limit is enclosed (If YES, indicate the pdf file reference) (f) Indicate pdf file reference in respct to the banker's certificate issued in respect of unutilized line. (g) Net worth as on last day of the preceding financial year is positive. ( Indicate YES / NO) 12 Litigation History Award for or against Bidder (With year of Award) Name of Client cause litigation and matter in dispute NOTE: 1) In Case bid is submitted as a Joint Venture (JV) as per Condition stipulated in QR, both the partners are required to fill this schedule separately. 2) Bidder has to strictly follow this format while filling this schedule to establish meeting the qualifying requirement. 3) Documentary evidence viz. copy of award letter, commissioning certificate of transmission line/substation, certificate of performance in support of satisfactory operation, undertaking from the Tower Manufacture regarding access for supply of tower materials, work experience certificate for the Piling Works/undertaking from expert firm/contractor, (who can take up the piling works), complete annual reports together with Audited statement of accounts of the company for last 5 years immediately preceding date of submission of bid. Bank certificate for credit limit, comfort letter from bank (if required) with relevant documents in support of experience and its capacity & capability on meeting the minimum QR as stipulated in the tender should be uploaded (scanned copy of documents) as pdf files(named 3A.pdf, 3B.pdf, 3C.pdf) Page 10
11 SC-11 (Other Partner) ODISHA POWER TRANSMISSION CORPORATION LIMITED (ODISHA) NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. PACKAGE :48/ SCHEDULE-11(For Other Partner) (Qualifying Requirement Data Applicable for Bidders Seeking Qualification under Clause 5.0, Section-INV of Bid Documents) To ODISHA Power Transmission Corporation Ltd. Bhubaneshwar. Dear Sir, PACKAGE:PACKAGE :48/ : Construction of Sub-stations,Transmission lines & associated system on Turnkey Basis. Against the subject Package to satisfy the requirements of Clause 5.0, Section-INV, we confirm that we meet the qualifying requirement specified at Para-5.0 of INV (Vol-I) of Bidding Documents. The details of which are given below: NAME OF THE BIDDER Bid Proposal No. / Dated TECHNICAL CRITERIA Pdf file reference Bidder s response The Bidder should have Designed, Supplied, Constructed (including civil foundation works), Tested & Commissioned minimum one (01) No. of 400 KV or higher voltage class sub-station having minimum 03 * (three) Nos. Bays on Turn-Key basis. Note: 03 *: In 400 KV One dia (either I/Π type arrangement 3 nos C.B is required) The above works should have been completed during last 07 (seven) years and should be in successful operation for a minimum period of One (01) year reckoned from the date of opening of Techno-Commercial Bids. **Qualifying Requirement relating to work experience to be submitted as per below. (i) If the work executed as main contractor to the principal employer, then a work completion certificate as well as a certificate regarding satisfactory operation of the installation for One (01) year from the date of commissioning should be submitted duly issued by the Principal employer. (ii) In case the work executed as sub-contractor to the main contractor of the Principal Employer, then a work completion certificate from the main contractor and a certificate that the same installation have been in satisfactory operation for more than One (01) year from the date of commissioning should be submitted duly issued by the Principal Employer. However, if the main contractor is a CPSU/SPSU then they can issue both the certificates. In addition to above the bidder should obtain & attached the manufacturing authorization from the SAS manufacturer as per the OPTCL format. Following is the qualifying criteria of SAS manufacturer:: The SAS manufacturer should have supplied the SAS equipment (as per IEC 61850) in all respect & commissioned at least two nos 400 KV & above voltage class substation and running in successful operation for a minimum period of One (01) year reckoned from the date of opening of Techno-Commercial Bids. Page 11
12 SC-11 (Other Partner) 2 In case the bidder is not the qualified SAS equipment (IEC 61850) manufacturer, they must obtain authorization (as per format below) from the manufacturer of SAS equipment meeting the criteria as indicated above. (Manufacturer s Authorization for Sub-station Automation (as per IEC 61850) Equipment being offered) Ref: Date: To Sr. G.M, CPC,OPTCL,1ST FLOOR, MULTI STORIED BUILDING, ODISHA POWER TRANSMISSION CORPORATION LIMITED,BHUBANESWAR. We, who are established and reputed manufacturer, meeting the Qualifying requirement of Supply of Sub-station Automation(IEC 61850) equipment as per your tender specification, having factories in do hereby authorize M/s to offer our equipment for tender against NIT No. dated & Tender Specification We hereby undertake that Sub-station Automation (IEC 61850) equipment being offered will meet the relevant technical specification of including supervision of erection, testing and commissioning of the offered equipment at site which will be carried out under your supervision. We hereby confirm that the necessary spares for Sub-station Automation (IEC 61850) shall be available for the period for 10 years from the date of commissioning of substation. (Signature of Authorized Representative) Name: Designation: Common Seal of the Company: WITNESS SIGNATURE WITH ADDRESS Notes:- The manufacturer authorization shall be submitted on the letter head of the Sub-station Automation (IEC 61850) equipment manufacturer, which should be Notorised. The signatory of the manufacturer authorisation should have the authorisation from their Board of Director of the concerned Firm & a copy of the same also to be submitted along with the bid. The bidder shall submit the manufacturer authorization from any Substation Automation (IEC 61850) equipment manufacturers who meets the requirements as stated below for Sub-station Automation (IEC 61850) equipment. 3 (f) NOTE: Qualifying Requirement relating to work experience to be submitted as per below. I. If the work executed as main contractor to the principal employer, then a work completion certificate as well as a certificate regarding satisfactory operation of the installation for One (01) year from the date of commissioning should be submitted duly issued by the Principal employer. II. In case the work executed as sub-contractor to the main contractor of the Principal Employer, then a work completion certificate from the main contractor and a certificate that the same installation have been in satisfactory operation for more than One (01) year from the date of commissioning should be submitted duly issued by the Principal Employer. However, if the main contractor is a CPSU/SPSU then they can issue both the certificates In addition to the above Technical QR,the bidder should be a HT/EHT electrical contractor having a valid license from the competent licensing authority on the date of submission and opening of the tender.( Attach scanned copy of Valid HT/EHT license) 5.5: BID CAPACITY :As per Tender specification Clause No.30, Bid capacity, Vol-I, the bidders are required to furnish the current contract commitment/works in progress in FIN-No.3 for the ongoing works undertaken by you. Furnish the FIN-No.3 indicating the current commitment with the self undertaking in a non judicial stamp paper worth Rs. 100/-(Rupees One hundred only) that The above declaration relating to current contract commitment/works in progress is true as on date & if any deviation to the declaration is noticed afterwords the bid/the award of the contract is liable for rejection and the EMD BG/Performance BG is liable for en cashment. Action as deemed fit may also be initiated by OPTCL. Yes/No Page 12
13 SC-11 (Other Partner) (i) (ii) (iii) 6 Whether FIN No 1, FIN No 2 & FIN No 3 is furnished ( Indicate YES / NO) Wheter the undertaking relating to authenticity of declaration in format FIN NO 1,2& 3 are furnished(indicate YES/NO) Available bid capacity(indicate in INR) Cl Vol-I: 9.0: Unsatisfactory performance of a bidder with respect to orders/jobs executed by them in the past in OPTCL, Orissa.If the performance of any bidder is seen not satisfactory with respect to orders/ jobs executed by them in the past seven years in OPTCL, the bid from such bidder shall not be considered for evaluation. The decision as to the unsatisfactory performance of a bidder shall be taken by OPTCL and the same shall be final. 5.3: Whether You are debarred from participating in OPTCL tenders basing upon the PERFROMANCE RATING(Indicate YES / NO) FINANCIAL CRITERIA 7 Clause No 5.4 : Financial Criteria (i) Clause 5.4(a), Minimum Average Turnover (MAAT) Year Amount (INR): Rs crore (a) for Fin. Year (b) for Fin. Year (c) for Fin. Year Average Turnover Average Turnover (MAAT) as per QR Annual turn over statement for last 05(five) years enclosed as (Indicate the pdf file) (ii) Clause 5.4(b), Turn over Certificate: The bidder has to furnish the audited account certificate from the Charted Accountant indicating the above Turnover statement is excluding all income which are other than from project related works. (Indicate the pdf file reference) (iii) Clause No 5.4(c), Line of credit The Unutilized Line of Credit for fund based & non fund based limit with cash and bank balance including fixed deposit of company as on date not earlier than fifteen (15) days prior to the date of bid opening duly certified by the Bankers As on date Amount (INR):41.39 Crore Page 13
14 SC-11 (Other Partner) (a) Sanctioned Line of Credit (b) Utilized Line of Credit (c) Unutilized Line of Credit (d)unutilised line of credit as stipulated in QR (e) Whether the comfort letter is issued by the bank to enhance the credit limit up to required limit is enclosed (If YES, indicate the pdf file reference) (f) Indicate pdf file reference in respct to the banker's certificate issued in respect of unutilized line. (g) Net worth as on last day of the preceding financial year is positive. ( Indicate YES / NO) 12 Litigation History Award for or against Bidder (With year of Award) Name of Client cause litigation and matter in dispute NOTE: 1) In Case bid is submitted as a Joint Venture (JV) as per Condition stipulated in QR, both the partners are required to fill this schedule separately. 2) Bidder has to strictly follow this format while filling this schedule to establish meeting the qualifying requirement. 3) Documentary evidence viz. copy of award letter, commissioning certificate of transmission line/substation, certificate of performance in support of satisfactory operation, undertaking from the Tower Manufacture regarding access for supply of tower materials, work experience certificate for the Piling Works/undertaking from expert firm/contractor, (who can take up the piling works), complete annual reports together with Audited statement of accounts of the company for last 5 years immediately preceding date of submission of bid. Bank certificate for credit limit, comfort letter from bank (if required) with relevant documents in support of experience and its capacity & capability on meeting the minimum QR as stipulated in the tender should be uploaded (scanned copy of documents) as pdf files(named 3A.pdf, 3B.pdf, 3C.pdf) Page 14
15 SC-12(For Lead Partner) ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. PACKAGE :48/ SCHEDULE-12 (For Lead Partner) (Work Experience & Capacity/Capability Assessment Data) To ODISHA Power Transmission Corporation Ltd. Bhubaneshwar Dear Sir, The given below is the qualification data in support of our meeting the qualification requirements, Clause 2.0 of Section-INB Vol.-I. Sl No Schedule No NAME OF THE BIDDER Description 1 Schedule-12A Details of financial capacity status. 2 Schedule-12B Details of manufacturing capacity 3 Schedule-12C Detail of order executed /order in hand 4 Schedule-12D Present Order Book position 5 Schedule-12E Past Performance Data Bidders response 6 Schedule-12F Data regarding key construction personal 7 Schedule-12G Manpower Deployment Data 8 We further understand and agree that any misleading or false information furnished by us may result in summary rejection or our bid. Note : In Case bid is submitted as a Joint Venture (JV) as per condition stipulated in QR, both the partners are required to fill this schedule separately Page 15
16 SC-12(For Other Partner) ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. PACKAGE :48/ SCHEDULE-12 (For Lead Partner) (Work Experience & Capacity/Capability Assessment Data) To ODISHA Power Transmission Corporation Ltd. Bhubaneshwar Dear Sir, The given below is the qualification data in support of our meeting the qualification requirements, Clause 2.0 of Section-INB Vol.-I. Sl No Schedule No NAME OF THE BIDDER Description 1 Schedule-12A Details of financial capacity status. 2 Schedule-12B Details of manufacturing capacity 3 Schedule-12C Detail of order executed /order in hand 4 Schedule-12D Present Order Book position 5 Schedule-12E Past Performance Data Bidders response 6 Schedule-12F Data regarding key construction personal 7 Schedule-12G Manpower Deployment Data 8 We further understand and agree that any misleading or false information furnished by us may result in summary rejection or our bid. Note : In Case bid is submitted as a Joint Venture (JV) as per condition stipulated in QR, both the partners are required to fill this schedule separately Page 16
17 SC-16 ODISHA POWER TRANSMISSION CORPORATION LIMITED PACKAGE :48/ Sl.No. Item Description NAME OF THE BIDDER Reference 1 Proposal BPS Proposal Form (Vol. I-B) NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. SCHEDULE-16(Check List, Reference Clause 20.0 of Proposal of BPS, Volume-IB) Declaration 2 Bid Guarantee enclosed in separate sealed cover Clause No of & Section-INB (Vol.- I) 23.0 of SCC (Vol.-IA) 3 Certificate of Acceptance of Important Conditions. Clause No of Section-INB (Vol.-I.), and Appendix-I (Vol-IB) 4 Letter of Undertaking enclosed. Anex-IV (Vol. IA), 5 Whether joint deed of undertaking with collaborator(s) associates(s) (if applicable) furnished Annexure-X (Vol.-IA) 6 Bidder s qualifying data furnished. Clause No. 2 of Section-INB (Vol.-I) Clause No. 6 of INV Section-BPS, (Vol.IB) (Vol-I) Schedule-11 7 Summary Price Proposal filled in Section- BPS, Schedule-1 (Vol.IB) 8 Equipment Package Price and Freight &Insurance Price Breakup filled in 9 Equipment Erection Price break up filled in Section-BPS, (Vol.-IB) Schedule-2A, 2B Section-BPS, (Vol.IB) Schedule-2C, 10 Item wise price of Mandatory Spares Schedule-3, Section-BPS, (Vol.-IB) 11 Minimum value of equipment and materials directly despatchable Schedule-4, Section-BPS, (Vol.-IB) 12 Commercial Deviations Schedule filled in Schedule-5,Section-BPS, (Vol.-IB) 13 Technical Deviation Schedule filled in Schedule-6, Section-BPS, (Vol.-IB) 14 Guaranteed Technical Parameters Schedule filled in (Not applicable) Schedule-7, Section-BPS, (Vol.-IB) 15 Price Adjustment Data Schedule S filled in chedule-8, Section-BPS, (Vol.-IB) Page 17
18 SC Special Maintenance/Erection Tools and Tackles Schedule filled in 17 Schedule of Construction / Erection Equipment filled in 18 Work Experience and Capability Assessment Data Schedule-9, Section-BPS, (Vol.-IB) Schedule-10 Section-BPS, (Vol.-IB) Schedule-12 to 12G, Section-BPS, (Vol.- IB) 19 Additional Information Schedule-13, Section-BPS, (Vol.-IB) 20 Work Completion Schedule-14, Section-BPS, (Vol.-IB) 21 Import Content Schedule-15, Section-BPS, (Vol.-IB) 22 Master Index Appendix-III-BPS (Vol-IB) Page 18
19 APP-I PACKAGE :48/ NAME OF THE BIDDER ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV/ NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. APPENDIX-I (PROFORMA FOR CERTIFICATE REGARDING ACCEPTANCE OF IMPORTANT CONDITIONS) Bid Proposal No. / Dated Sl No Refernce 1.(a) Terms of Payment -Clause No Section-GCC, Vol-IA & Clause 8.0 of Special Conditions of Contract, Vol.-IA. (b) Bid Guarantee-Clause No of Section-INB, Vol.-I & 23.0 of Special Condition of Contract, Vol.- IA. (c) Contract Performance-Clause No Section- INB, Vol.-I and Clause No.11.0 of Guarantee Special Condition of Contract, Vol.-IA. (d) Penalty for delay in completion-clause No Section-GCC, Vol-IA and Clause 12.0 of Special Conditions of Contract, Vol.-IA (e) Price Basis & Payments-Clause No & 15.0, Section-INB Vol.I and Clause 4.0 & 5.0 of Special Conditions of Contract, Vol.-IA (f) Guarantee / Warranty-Clause No Section- GCC, Vol-IA. Dear Sir, With reference to bid proposal mentioned above, submitted to OPTCL against NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO Sr.G.M- CPC-TENDER-PKG-48-LAPANGA-400KV/ , we hereby confirm that we have read the provisions of the following clauses and further of these that notwithstanding anything stated elsewhere to the contrary, the stipulations of these clauses are acceptable to us, and we have not taken any deviation to the these clauses. Declaration (g) (h) (i) Settlement of disputs-clause No. 47 Section-GCC, Vol-IA. Completion Time-Clause No. 10, Section-SCC, Vol- IA. Solving Right of Way-Clause No.35, Section-SCC, Vol-IA. 2 We further confirm that any deviation to the above clauses at Sl. No. (a) through (i) found anywhere in our bid proposal, implicit or explicit, shall stand unconditionally withdrawn, without any cost implication whatsoever to OPTCL. Page 19
20 APP-II ODISHA POWER TRANSMISSION CORPORATION LIMITED PACKAGE :48/ NAME OF THE BIDDER NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. APPENDIX-II (BANK GUARANTEE VERIFICATIONCHECK LIST) CHECKLIST I. Does the bank guarantee compare verbatim with standard OPTCL Proforma for BG DECLARATION II. a) Has the Executing Officer of BG indicated his name designation & Power of Attorney No. / Signing power number etc. on BG b) Is each page of BG duly signed / initialed by the executant and last page is signed will full particulars required in the OPTCL standard Performa of BG and under the seal of the Bank. c) Does the last page of the BG carry the signatures of witnesses alongside the signatures of the executing Bank Manager. III. a) Is the BG on non-judicial stamp paper of appropriate value & purchased in the name of issuing bank. b) Is the date of sale of non-judicial stamp paper shown on the BG and the stamp paper is issued not more than six months prior to the date of execution of BG. IV. a) Are the factual details such as Bid Document No. LOA No. Contract Price, etc. correct b) Whether overwriting/cutting if any on the BG authenticated under signature & seal of executant. V. Is the amount and validity of BG in line with contract provisions VI. VII. Is the foreign bank guarantee confirmed by a Nationalised/ Scheduled Bank in India (as applicable). Whether the BG has been issued by a Nationalised Bank/Non-Nationalised Bank acceptable to OPTCL/Schedule Bank in India (the applicability of the Bank should be in line with the provisions of bidding documents). Page 20
21 APP-II VIII In case the bid is submitted by a joint venture, the Bid Guarantee shall be in the name of the Joint Venture covering all the partners of the Joint Venture and not in the name of the Lead Partner or any partner(s) of the Joint Venture alone. Page 21
22 APP-III PACKAGE :48/ NAME OF THE BIDDER Bid Proposal No. / Dated ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. APPENDIX-III PROFORMA OF CERTIFICATE REGARDING FULFILLMENT OF STIPULATED AT MASTER INDEX CONDITIONS Techno-commercial/un-priced Bid (PART-I) contain the following documents as per Master Index given at Clause of Instruction of Bidder, Vol-I: SL NO MASTER INDEX DECLARATION i) Submission of Bid Proposal of BPS along with other Schedules ii) Bid Security/ Guarantee as per clause 3 of INV (In a separate Envelope) iii) Power of Attorney in favour of signatory (ies) of the Bid. iv) All the schedules as per BPS of Vol-IB, however Schedule-1, 2A, 2C & 3, Blank copy (without price) duly signed and stamped mentioning against each item QUOTED, NOT QUOTED or NOT APPLICABLE as the case may be. Scanned copy of all the above documents are to be uploaded along with the tender. v) Letter of undertaking as per Annexure-IV of Volume-1A. vi) Acceptance of terms & Condition as per Appendix-I, of Vol-IB. vii) Technical offer and Engineering details required as per Bidding Document. viii) Qualifying requirement data as per INV, Vol-I. ix) Submission of Declaration regarding PF. x) VAT/Sales Tax, Service Tax Registration Certificate. Page 22
23 APP-III xi) Copies of Addendum/Amendment (s), if any, issued so far. xii) Copy of Electrical Licence issued by competent authority xiii) xiii) JV agreement with Appendix-I (to be incorporated suitable by the partners so that the above sharing of responsibility is specified by the partnes under this agreement) and Power of attorney in favor of lead partner by other partner if JV route is taken for qualifying. Declaration regarding Anticipation in change in ownership of the company. xiv) Any other information required in the Bidding Documents or considered relevant by the Bidder. xv) Filled up Price schedules 2A, & 2C (for substation and Line) and abstract of Price schdule on line. Page 23
24 Attachment ODISHA POWER TRANSMISSION CORPORATION LIMITED NOTICE INVITING TENDER-NIT NO. CPC-48 / TENDER SPECIFICATION NO: Sr.G.M- CPC-TENDER- PKG-48-LAPANGA-400KV / NAME OF THE WORK: PACKAGE -48: Construction of 2X315 MVA, 400/220 KV sub-station with SAS at LAPANGA in Sambalpur district on turnkey basis. PACKAGE :48/ ATTACHMENT TO BID PROPOSAL SHEET The following attachments(files in pdf format) are to attached to bid proposal sheet (Mandatory) NAME OF THE BIDDER Attachment Description No 1 Scanned copy of Tender cost, Bid security, Tender processing fee. 2 Scanned copy of Power of attorney (In case of JV, JV agreement & Power of attorney for signing on behalf of JV should be attached). Bid Proposal No. / Dated Whether uploaded or not! Pdf file reference 3 Credential in support of meeting Technical QR for substation / transmission line(clause No 5.0, Minimum Qualifying requirement)[the bidder has to upload scanned copy of work order (comprising of detailed bill of quantity for supply, erection & civil works), commissioning certificate (substation, Line, bay extension work), performance certificate, valid HT license, Piling experience(where required), undertaking /authorization from tower structure manufacturer] 4 Credential in support of meeting bid capacity (Clause No 30.0). The bidder has to upload scanned copy of FIN no 1, 2 & 3, (as per OPTCL format) and the undertaking regarding authenticity of declaration as indicated in minimum Qualifying requirement. 5 Credential in support of meeting Financial QR against clause No 5.3, 5.3(a), 5.3(b), 5.3(c)(Minimum Qualifying requirement). (The bidder has to upload scanned copy of Audited balance sheet for last 05(five) years, Turn over certificate duly signed by Chartered accountant(as per OPTCL format), Line of credit certificate from the banker) 6 Work Completion Schedule (BAR Chart) 7 Other documents( Certificate of Incorporation, IT PAN, VAT/ST, PF certificate and any other relevant documents) 8 Bid proposal duly signed by the authorized signatory. 9 Un priced schedules Blank copy all the schedules 1, 2A & 2C (as per BPS of Vol-IB) (without price), duly signed and stamped mentioning against each item QUOTED, NOT QUOTED or NOT APPLICABLE as the case may be ( to be uploaded in portal).quoted or NOT APPLICABLE as the case may be ( to be uploaded in portal). Page 24
25 Attachment 10 Scanned copy of schedule 4,7,8,9,10,12A, 12B,12C,12D, 12E,12F,12G,,13,14,15,16.(refer Vol-IB) Page 25
INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)
INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) 1.0 The Maharashtra State Electricity Transmission Company Limited Mumbai, herein after referred to as the Owner (MSETCL) invites bids through SRM e-tendering
More informationSpecification No.: JPL/KWTL/A3 PROPOSAL
Bidder's Name and Address: Bid Proposal Reference: Person to be contacted: Designation: PROPOSAL Page 1 of 6 Telephone No.: Fax: To JAYPEE POWERGRID LIMITED Regd Office- JA House, 63 Basant Lok, Vasant
More informationINVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)
INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) 1.0 The Maharashtra State Electricity Transmission Company Limited Mumbai, herein after referred to as the Owner (MSETCL) invites bids through SRM e-tendering
More informationAnnual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X
NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/OT/CS-3685, Dt : 14.01.2019 Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X Sl.No. ITEM DESCRIPTION 1 SECTION
More informationTENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR
BHARAT HEAVY ELECTRICALS LIMITED CENTRALISED STAMPING U & FABRICATION PLANT, TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR Tender Enquiry
More informationNOTICE INVITING e-tender (NIT)
NOTICE INVITING e-tender (NIT) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in
More informationDELHI METRO RAIL CORPORATION LTD. Contract-NC-05
DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 Contract NC-05: Design, Fabrication, Supply and Erection of Pre-Engineered Stell Building for Greater Noida Depot of Noida- SUMMARY SHEET (ADDENDUM NO.-3)
More informationINVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )
INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No. 6000000428) 1.0 The Maharashtra State Electricity Transmission Company Limited Mumbai, herein after referred to as the Owner (MSETCL) invites
More informationNIT FOR TENDER NO. CGI 0949 P19
NIT FOR TENDER NO. CGI 0949 P19 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA
More informationDETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)
DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION
More informationINDIAN 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 informationNORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE
NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR 208001 (U.P.) TENDER NOTICE Life Insurance Corporation of India intends to invite item rate tenders in Three Envelope System (Enrolment
More informationMANGALORE REFINERY AND PETROCHEMICALS LIMITED
NOTICE INVITATION FOR BIDS (IFB) FOR CAPACITY PLATFORMER-2 / CCR-2 / PSA-2 / AT MANGALURU, KARNATAKA Tenders are invited by L&T-Chiyoda Limited, Vadodara (LTC), for and on behalf of M/s Mangalore Refinery
More informationNOTICE INVITING TENDER (NIT) (e-tender)
1.1 GENERAL 1.1.1 Name of Work: NOTICE INVITING TENDER (NIT) (e-tender) Delhi Metro Rail Corporation (DMRC) Ltd. invites Limited e-tenders from shortlisted contractors, for the work, Contract CC-07B: Balance
More informationStructure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)
WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt. of West Bengal Enterprise) Office of the Chief Engineer, Tr.(O&M), Bidyut Bhaban, Block DJ, Sector II, Salt Lake, Kolkata 91 [Domestic
More informationMAHARASHTRA ELECTRICITY REGULATORY COMMISSION
MAHARASHTRA ELECTRICITY REGULATORY COMMISSION REQUEST FOR PROPOSAL E-TENDER FOR EMPANELMENT OF SUPPLIER - FOR SUPPLY OF STATIONERY ITEMS, PRINTING & BINDING WORKS IN MAAHRASHTRA ELECTRICITY REGULATORY
More informationSECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)
SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) Ref. NTECL / C&M / NIT-155/ CS - 3418, Dt: 10.07.2018 NTPC Tamilnadu
More informationNOTICE INVITING TENDER (NIT)
NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in
More informationLIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT
LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT SOUTHERN ZONAL OFFICE, 9 TH FLOOR, 153, ANNA SALAI, CHENNAI 600 002 E-MAIL: sz_engg@licindia.com Phone: 044-28604121 ENROLLMENT FORM FOR FIRE
More information(Submission of Bid through online)
WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt. of West Bengal Enterprise) Office of the Chief Engineer (Procurement) CIN: U40101WB2007SGC113474 Regd. Office: VidyutBhavan (10 TH Floor),
More informationCENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (second call)
PRE-QUALIFICATION CRITERIA: Sl No. Package Minimum value of at least one work executed in last five At least one work in hand or completed Average turnover in last five years Capital years (Rs. in Crores)
More informationCentral University of Orissa
Central University of Orissa (Established under the Central Universities Act, 2009) Landiguda, Koraput. Odisha Pin.: 764 020. Phone:06852-288235/238 Fax.06852-288225 Ref.: CUO/Admn./Water Cooler/57 Dt.23/06/2016
More informationTENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-
TENDER DOCUMENT FOR Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of Domestic and International Air Tickets Name of the Agency:- Address:-... Contact Person: Phone/ Mobile: E-mail Id: LAST
More informationTELEPHONE: (5 LINES) FAX: TENDER NO : T-14/14-15
ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) ELECTRICAL DIVN./TRANSFORMER & SWITCHGEAR UNIT 5/346, OLD MAHABALIPURAM ROAD, PERUNGUDI, CHENNAI: 600 096. TELEPHONE: 24960595 (5 LINES)
More informationINVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)
INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) SRM E-Tender No. : MSETCL/EHV PROJECTS DN./KOP/TSS/PKG-C/T-2R/2018-19 (RFx. No. 70000010751) (Re-tender) 1.0 The Maharashtra State Electricity Transmission
More informationNTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)
NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) Ref. NTECL / C&M / NIT-154/ CS - 3257, Dt: 01.06.2018 NTPC Tamilnadu Energy
More informationConstruction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B
NOTICE INVITING TENDER No. NIT/02/2015-16/DMRC/CPM-2/PM2B 1.1 GENERAL 1.1.1 Name of Work : Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e -tenders from eligible applicants, who fulfill qualification
More informationThe brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.
NOTICE INVITING TENDER (NIT) 1.1 GENERAL (e-tender) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites online open e-tenders from eligible applicants, who fulfil qualification criteria
More informationNOTICE INVITING TENDER (NIT)
1.1 GENERAL NOTICE INVITING TENDER (NIT) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders on Local Competitive Basis (LCB) from all countries and all areas, who fulfil
More informationANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line
ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) SRM E-Tender No. T-1879/MSETCL/CO/C&M/Pretender/TKC-Lines/GEC RFx No.6000000656 1.0 The Maharashtra State Electricity Transmission Company
More informationCentral Bank of India Regional Office,
Sr. No. (For office use only) APPLICATION FOR EMPANELMENT OF CONTRACTORS Name of The Applicant: M/s. Last date of submission: dd/mm/2012.. Central Bank of India Regional Office,. :1: Empanelment of Contractors
More informationNOTICE INVITING TENDER (e-tender)
NOTICE INVITING TENDER (e-tender) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders (Single Packet System) from eligible applicants, who fulfil qualification criteria
More informationAutomation of Winding Drawings for Power Transformer
BHARAT HEAVY ELECTRICALS LIMITED (A GOVERNMENT OF INDIA UNDERTAKING) P.O.-BHEL, JHANSI - 284129 Transformer Engineering Department Automation of Winding Drawings for Power Transformer CONTACT PHONE- 0510-2412791
More informationNTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)
NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding) Ref. NTECL / C&M / OT/ CS - 3595 Dt.: 26.11.2018 NTPC Tamilnadu Energy
More informationContract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system
NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1.1 NIT No.: DMRC/GM(S&T)/NIT/2015-16/T-21, dated 18.12.2015 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open
More informationENGINEERING PROJECTS INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD, NEW DELHI For
ENGINEERING PROJECTS INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD, NEW DELHI 110003 APPLICATION FOR PRE QUALIFICATION FOR SHORTLISTING OF FIRM(S) / ENTITY(IES) For
More informationALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018
ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018 1. Allahabad Bank, CBS Office, CIDCO Banking Complex II (5 th & 6 th Floor,
More informationINVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/23. Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator).
INVITATION FOR QUOTATION TEQIP-III/2018/gcej/Shopping/23 15-Jan-2019 To, Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator). Dear Sir, 1. You are invited to submit your
More informationINVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)
INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) 1.0 The Maharashtra State Electricity Transmission Company Limited Mumbai, herein after referred to as the Owner (MSETCL) invites bids through SRM e-tender
More informationWest Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474
West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 Office of the Chief Engineer (Procurement) ABRIDGED NOTICE INVITING e-tender NIT
More informationCentral University of Orissa
Central University of Orissa (Established Under the Act of Parliament, 2009) Landiguda, Dist.Koraput, Odisha. Pin.: 764 021 06852-288209/288238, Fax.06852-288225 Ref.: CUO/Admn/Comp.&Accs./06 Dt.09.11.2017
More informationSECTION- I INSTRUCTION TO BIDDERS
SECTION- I INSTRUCTION TO BIDDERS 1.1 Biju Patnaik University of Technology, Odisha, Rourkela herein after referred to as the University, is a Govt. of Odisha University for providing technical education
More informationNTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt :
NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt : 26.10.2017 AMC for periodical special assistance in repair of bowl mills, Gravimetric feeder, PF pipes, PF bends,
More informationCONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)
DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION
More informationDETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)
DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING e-tenders For CONSTRUCTION
More informationNOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED
NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED NIT No.:- DMRC/GM(S&T)/NIT/2015-16/A-33, dated 04.01.2016 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open
More informationDELHI METRO RAIL CORPORATION LIMITED
Bhikaji Cama Place) through operational Line-2 (from Hauz Khas to INA) and construction of underground reservoir and pipe network at Kalindi Kunj Depot and related electrical works of DMRC Project Phase-III.
More informationCONSTRUCTION OF 220/132 KV GIS SUBSTATION AT EGRA, DISTRICT-PURBA MEDINIPUR (Package-25)
DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION
More informationINVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED
INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED Last date for submission of application : 20.01.2019 WEBEL TECHNOLOGY LIMITED
More informationCritical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.
Down load copy ICAR - NATIONAL RICE RESEARCH INSTITUTE CUTTACK 753 006 (ODISHA) Department of Agricultural Research and Education (DARE), Phone(PABX): 0671-2367768-783/FAX: (0671)2367663/2367759 E-mail:
More informationOIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)
OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: material@oilindia.in;erp_mm@oilindia.in TENDER NO.
More informationContract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.
NOTICE INVITING SINGLE TENDER (E-Tender) DELHI METRO RAIL CORPORATION LIMITED NIT No.:- NIT/51/GM(S&T)/2016, dated 29.09.2016 (from OEM authorized Vendors) 1.1.1 Name of Work: Delhi Metro Rail Corporation
More informationNIT for Tender No. CGI 9352P19
NIT for Tender No. CGI 9352P19 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA
More informationNTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP
NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : 29.11.2017 AMC for Bunkering Stream Equipment in CHP I N D E X Sl.No. ITEM DESCRIPTION 1. SECTION - I Notice Inviting
More informationTHE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE:
(A Government of India Enterprise) 27, RAJENDRA NATH MUKHERJEE ROAD KOLKATA - 700 001 (WEST BENGAL) PHONE NO. (033) 2248 5841-44; FAX: (033) 2210 3961 E-MAIL: ;info@bbjconst.com, bbj@india.com website:
More informationNotice Inviting Tender (NIT)
TENDER NOTIFICATION NO. MEGA/CONST/PAFs/Zundal/PH-1/2018 Construction of residential quarters for PAFs of Ambedkarnagar at FP NO 28 TP scheme no 74, Survey no 276/1/3 and 279/1/9 Zundal for Ahmedabad Metro
More informationWest Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474
West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474 Office of the Chief Engineer (Procurement) ABRIDGED NOTICE INVITING e-tender NIT
More informationNIT FOR TENDER NO. CGI 3644 P17
NIT FOR TENDER NO. CGI 3644 P17 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA
More informationBoard 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 informationKARNATAKA STATE INDUSTRIAL AND INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (KSIIDC) NOTICE INVITING E-BIDDING FOR INVESTMENT OF
(KSIIDC) Khanija Bhavan 4 th Floor, East Wing No.49, Race Course Road, Bengaluru - 560001, India Telephone: 080-22258131-33, 22254330, Fax No.080-22255740 E-mail : info@ksiidc.com Website : http://www.ksiidc.com
More informationSECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)
SECTION - II SPECIAL TERMS AND CONDITIONS (Transformer) 1. INTRODUCTION 1.1. The terms and conditions mentioned in this section are in addition to what are stated in Section I (General Conditions of Contract)
More informationTENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019
TENDER NOTIFICATION NO. SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 12 NOS. OF X-RAY BAGGAGE MACHINE WITH COMPREHENSIVE ANNUAL MAINTAINANCE CONTRAT (CAMC) OF 10 YEARS INCLUDING 2 YEARS OF DEFECT
More informationDIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR
DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR Transportation of free textbooks and exercise books from Balbharti godown to block level in Maharashtra
More informationBharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi
Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi -682302 Ref No. P&CS/J14/12055 dated 25.05.2012 TENDER NOTICE Sealed Tenders are invited in two part system (Part
More informationAPPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI
APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI Last Date of Submission: 3 rd March 2017 1 NOTICE FOR
More informationKARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED
KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED # 39, Shanti gruha, Bharat Scouts and Guides Building, Palace Road, Bengaluru 560 001, Fax: 080 22257399, E-mail: agm.spkredl@gmail.com TENDER NOTIFICATION
More informationNOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No TSECL/Corp. Office/16-17/31 Date:
NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) DATE OF ISSUANCE OF NIT: 27.02.2017 NIT No TSECL/Corp. Office/16-17/31 Date: 07.03.2017 SOURCE OF FUND: SPA.
More informationCorrigendum 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 informationJ&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR
J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT (3x12.5 MW) BIDDING DOCUMENT FOR "ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) CONTRACT" SECTION I OF TENDER DOCUMENTS INVITATION
More informationNTPC-SAIL POWER COMPANY (PVT.) LIMITED
NTPC-SAIL POWER COMPANY (PVT.) LIMITED (A Joint Venture of NTPC & SAIL) CPP-II, Administrative Building SAIL-RSP COMPLEX, ROURKELA-769011, DISTRICT: SUNDERGARH (ODISHA) Ph. 2520644/2510355, Fax 0661 2513179
More information(Pre-qualification of construction agency) Page 1/11
CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI 110 001. Revised EOI Document Subject : Proforma for submission of details for selection of Civil
More informationCONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4
Special repair Works in Line-3 and Line-4 CONTRACT NO: CCW-231/2014 Special repair Works in Line-3 and Line-4 Notice Inviting Tender (NIT) Instructions to Tenderer (ITT) General Conditions of Contract
More informationTENDER 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 informationGujarat Electricity Regulatory Commission
TENDER DOCUMENT FOR SUPPLY OF MICROSOFT WINDOWS 10 PROFESSIONAL OPERAING SYSTEM October, 2016 Gujarat Electricity Regulatory Commission 6th Floor, GIFT ONE, Road 5C, Zone 5, GIFT City, Gandhinagar, Gujarat
More informationCENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (2 nd call)
CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI 110 001. EOI Document (2 nd call) Subject :REQUEST FOR PRE-QUALIFICATION CUM EXPRESSION OF INTEREST
More informationON EPC CONTRACT BASIS
ODISHA POWER TRANSMISSION CORPORATION LIMITED (A Govt. Of Odisha Undertaking) Regd. Office, Janpath, Bhubaneswar -751022 e-tender DOCUMENT No: ODSSP/CESU/ 02/ 2013-14 Engineering, Supply, Erection and
More informationOIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)
OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: material@oilindia.in;erp_mm@oilindia.in TENDER NO.
More informationDELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1
DELHI METRO WELFARE ORGANISATION Construction of Multi Storeyed flats for housing scheme of DMWO members at Koyal Enclave CONTRACT NO: DMWO-C1 TENDER DOCUMENTS VOLUME 1 NOTICE INVITING TENDER INSTRUCTION
More informationHindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )
E-Procurement NOTICE INVITING TENDERS (e-nit) Sealed E-tenders from reputed and experienced firms are invited in two-bid system for Provision of Printing Facility Inside HSL. 1 Tender Number OS/998/Printing/147/2017
More informationTender No.T-06/10-11
M/S ANDREW YULE &CO.LTD T & S UNIT, 5/346 OLD MAHABALIPURAM ROAD PERUNGUDI, CHENNAI :600 096 TENDER DOCUMENTS FOR RATE CONTRACT FOR SUPPLY OF CRGO LAMINATION CUT AS PER OUR DRAWING Tender No.T-06/10-11
More informationPREAMBLE TO SCHEDULE OF PRICES
SHEET 1 OF 5 (TO BE SUBMITTED ON BIDDER'S LETTER HEAD) SUBJECT : Design, Supply Of Materials, Testing, Transportation, Installation And Commissioning Of Complete Online Continuous Stack Emission Monitoring
More informationNOTICE INVITING TENDER (NIT)
1.1 GENERAL 1.1.1 Name of Work: NOTICE INVITING TENDER (NIT) Lucknow Metro Rail Corporation (LMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in
More informationEarnest Money (Rs.) Cost of tender Document (Rs.)
POWER TRANSMISSION CORPORATION OF UTTARAKHAND LTD. (A Govt. of Uttarakhand Enterprise) "Vidyut Bhawan" Near ISBT, Crossing, Saharanpur Road, Majra, Dehradun- 248002 Corporate ID U40101UR2004GOI028675 Tel.
More informationZONAL OFFICE NAVI MUMBAI FOR BANK OF INDIA SHAHAPUR BRANCH
ZONAL OFFICE NAVI MUMBAI FORM OF APPLICATION FOR PREQUALIFICATION OF CONTRACTOR INTERIOR AND CIVIL WORK FOR BANK OF INDIA SHAHAPUR BRANCH LAST DATE OF SUBMISSION OF APPLICATION UPTO 2:00 P.M. ON 04.02.2016
More informationTENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:
1. Part-I, Commercial, 2. Part-I, Commercial, 3. Part-I, Commercial, 5 of 6.2 M The Effective Date of Contract shall be the date of issuance of LOI (Letter of Intent) by the Owner. 7 of 9.1.1 M Bids must
More informationINDIAN OIL CORPORATION LIMITED GUJARAT REFINERY
ThyssenKrupp Industrial Solutions (India) INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY BS-IV PROJECT REQUEST FOR QUOTATION (RFQ) / NOTICE INVITING TENDER (NIT) FOR 50/5T DOUBLE GIRDER EOT CRANE WITH
More informationTENDER ENQUIRY FOR ENGAGING AN AGENCY FOR PROVIDING SERVICES OF 1 CA & 2 ACCOUNT ASSISTANTS AT SPM HOSHANGABAD
TENDER ENQUIRY FOR ENGAGING AN AGENCY FOR PROVIDING SERVICES OF 1 CA & 2 ACCOUNT ASSISTANTS AT SPM HOSHANGABAD 1 Not Transferable Security Classification: NON-SEURITY TENDER DOCUMENT For Engagement of
More informationNIT FOR TENDER NO. CGI 9507 P19
NIT FOR TENDER NO. CGI 9507 P19 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA
More informationTENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015
NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders, in Two Bid System, from eligible
More informationSTATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:
STATE BANK OF INDIA ATM Operations Department Local Head Office (First Floor) Bank Street, KOTI, Hyderabad 500 095 Phone : 040-23466621 Fax: 040-24762476 Tender Document No: ATM/01/2015-16 Dated: 23.09.2015
More informationBALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.
BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Phone No.-033-24506824/816 NOTICE INVITING TENDER TENDER DOCUMENTS FOR SUPPLY OF STEEL WIRE ROPE SLINGS AND NON-ROTATING STEEL CORE WIRE HOIST/DERRICK
More informationKARNATAKA 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 informationBHEL : 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 informationTender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018
Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018 Last date for submission of bids : 27.06.2018 upto 05.00 P.M. Date of opening of Online bids : 28.06.2018 at 11.00 A.M. Sealed Tenders are invited
More informationBoard 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 informationPrequalification of Contractors.
1/19 LIFE INSURANCE CORPORATION OF INDIA ASANSOL DIVISIONAL OFFICE, JEEVAN PRAKASH, WEST END, G.T ROAD, ASANSOL - 713304. Phone No 0342-2254750/2254598. Prequalification of Contractors. LIC of India intends
More informationRESERVE BANK OF INDIA Estate Department Kolkata
RESERVE BANK OF INDIA Estate Department Kolkata Empanelment of Architectural Services i) For project works costing up to `50 lakh. ii) For project works costing above `50 lakh and up to `6 Crore. Name
More informationNOTICE INVITING e-tender (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIET No GM/TECH/TSECL/18-19/ 23 Dated- 08/03/2019
NOTICE INVITING e-tender (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) DATE OF ISSUANCE OF NIET: 08.03.2019 NIET No GM/TECH/TSECL/18-19/ 23 Dated- 08/03/2019 SOURCE OF FUND: TSECL
More informationYASHWANTRAO 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 informationNIT for Tender No. GCO 8524 P19
NIT for Tender No. GCO 8524 P19 Oil India Limited, a Government of India Enterprise intends to hiring of services for upkeepment of coating material store and handling of materials located at PS-4, SEKONI,
More information