REFURBISHMENT OF TRANSITION PIECES AND COMBUSTION LINERS GAS TURBINE GTG-1 & 3 CPP PLANT AT NFL, VIJAIPUR.

Size: px
Start display at page:

Download "REFURBISHMENT OF TRANSITION PIECES AND COMBUSTION LINERS GAS TURBINE GTG-1 & 3 CPP PLANT AT NFL, VIJAIPUR."

Transcription

1 TENDER DOCUMENTS FOR REFURBISHMENT OF 1 st & 2 nd STAGE NOZZLES, TRANSITION PIECES AND COMBUSTION LINERS OF GAS TURBINE GTG-1 & 3 OF CPP PLANT AT NFL, VIJAIPUR. VIJAIPUR UNIT MECHANICAL DEPARTMENT

2 JOB: Specifications of Gas Turbine Generator I & II of CPP Plant : Gas Turbine GTG-I/II Gas Turbine GTG-III Supplier M/s. Alsthom, France M/s. Thomassen International, The Netherlands Gas turbine Type PG5361P PG5371PA Model MS5001P MS5001P Turbine No. & Purchase Order T-234 & T235, 13037TB /7L5A1- PP1/5A1PP464-1 Commissioning Date Combustion section Fuel Base Output (NG) 10 multiple can combustors, reverse flow design, concentrically located around the compressor 1 per chamber. Naphtha/Natural 5109 rpm Detail of Parts to be repaired Item No. Item Description Qty Sr No Part Number Item Serial Number Total Operatin g Hours Whether Repaired Earlier 1 Combustion Liner (Cap & Liner) 4 Nos i 143B2771 G 026 Rev A EGT ,000 ii 143B2771 G 026 Rev A EGT ,000 iii 143B2771 G 026 Rev ,000 2 Transition Pieces 3 Nozzle 1 st stage GTG1 4 Nozzle 2 nd stage GTG1 5 Nozzle 2 nd stage GTG3 7 Nos 1 No 1 No 1 No iv 143B2771 G 026 Rev ,000 i 60, E462G.4Rev.L ii 60, E462G.4Rev.L iii 60, E462G.4Rev.L iv 60, E462G.4Rev.L v 60, E462G.4Rev.L vi 60, E462G.4Rev.L vii 60, E0661P002/ i i i GE943E0237G003/F 932E135 G2 REV.G; 813E271 G7 REV.C. 948E710L20A5315,19,20, 21,22,23,27,29,32,41,42, 45,50,52 BZ9315 C E710 L20A53 65,440 1,66,750 1,20,000

3 Annexure-I I SCOPE OF WORK: Includes but not limited to the following: 1.1. Repair of Combustion Liner as per GE recommendation. Scope of work shall include but not limited to: I Pre Repair Inspection: Bidder shall carryout pre-repair inspection of all the parts including sub-assemblies to bring out all the defects, damages and deviations in the dimensions in conformance to GE Repair / Refurbishing procedures. Major activities includes but not limited to the following: a. Disassemble Cowl Caps from Liner Body. b. Aluminum Oxide Blast cleaning of Caps & Liners. c. Complete Fluorescent Penetrant Inspection of Caps & Liners. d. Disassemble Crossfire Tube Collars, Fuel Nozzle Collars & Spring Seals. e. Perform Metallographic, Dimensional Inspection and Air Flow Check. f. Map all the defects and generate Inspection Report. II Repair / Refurbishing & Replacement of Parts: Bidder shall carry out all necessary Repairs / Refurbishing or Replacement of parts, so as to rectify all the defects noticed during pre-repair inspection including metallurgical and dimensional aspects in conformance to GE repair procedures, standards and tolerances. Major activities includes but not limited to the following: a. Removal of cracks by grinding. b. Weld repair of cracks & worn out areas. c. Aqueous degrease and clean Liner Body. d. Removal of old Thermal Barrier Coating (TBC) by Grit Blasting e. Grit Blast for surface roughening. f. Mask Liner Body for Thermal Barrier Coating (TBC) as per GE specifications. g. Apply Bond Coat & TBC using Plasma Spray Process. h. Measure Thickness & Bonding of TBC. i. Correct Eccentricity, reset Louver Gaps and Air Flow Check. j. Replace all the Crossfire Tube Collars. k. Replace Fuel Nozzle Collars & Spring Seals to GE specifications. l. Reassemble Cowl Cap to Liner Body, replace & weld Rivets in place. m. Complete Fluorescent Penetration Inspection of Liner & Rivets. n. Correct eventual remaining defects, distortions and final Air Flow, o. Dimensional and QC Checks. p. Dimensional and QC checks. q. Finish Aluminum Oxide Blast Cleaning. III Post Repair Inspection / Quality Check: Bidders shall carryout post repair inspection so to verify that all the defects noticed in prerepair inspection and either, all have been rectified and also no new defects developed during repairs. This should include Fluorescent Penetrant Inspection and all Final Dimensional & Air Flow Checks, Surface Finishes etc. as stated in above paragraphs.

4 1.2 Repair of 1st Stage Nozzle Assembly as per GE recommendation. Scope of work shall include but not limited to: i. Pre Repair Inspection: Bidder shall carryout pre-repair inspection of all the parts including sub-assemblies to bring out all the defects, damages and deviations in the dimensions in conformance to GE-Repair / Refurbishing procedures. Major activities includes but not limited to the following: a. Visual Inspection and Dimensional Check like, Out of Roundness, Inter-Segmental Gap, Creep Deflection and Hook Fit Diameter etc. b. Disassembly of Nozzle Segments out of Retaining Ring, removal of Core. c. Complete Aluminum-Oxide (Grade 180~220) Blast Cleaning of the parts. d. Complete Fluorescent Penetrant Inspection of Segment Nozzles. e. Heat Treatment and Metallographic Testing. f. Inspection of Cooling Holes. g. Measuring of Vane Thickness and other Dimensional Checks. h. Map all the defects like, cracks, corrosion, erosion, blocked holes, damage or missing parts like seals, etc and generate Inspection Report. ii. Repair / Refurbishing & Replacement of Parts: Bidder shall carry out all necessary Repairs / Refurbishing or Replacement of parts, so as to rectify all the defects noticed during pre-repair inspection including metallurgical and dimensional aspects in conformance to GE repair procedures, standards and tolerances. Major activities includes but not limited to the following: a. Solution Annealing Heat Treatment of Nozzles & Segments in Vacuum. b. Complete grinding out cracks and eroded areas of Nozzle Segments as per GE approved methods and procedures. c. Perform weld built up and blending off all the cracks, eroded areas of Nozzle Segments, airfoil, leading and trailing edges. d. Repair and re-shape leading edge, trailing edge, vane contour, side wall contour, seal slots and thickness to match GE norms. e. Measure and correct gas path directions, restoring Cooling Holes as per GE norms. f. Complete Post Weld Solution Annealing and Aging Heat Treatment to improve metallurgical properties and hardness to match GE norms. g. Checking and correction of distortion, bowing on Nozzle partitions, leading edges, trailing edges, vane contour, sidewall contour, seal slots to match GE norms. h. Complete Fluorescent Penetrant Inspection of Segments and Nozzles. i. Finish Aluminum Oxide Blast Cleaning. j. Assembly of Nozzle Segments into Retaining Ring to simulate its actual operation condition. k. All hardware including Split Line Bolts, Helicoils shall have to be replaced, for dimensional restoration, like segment gaps, out of roundness in diameter, area and drop dimensions, reestablishing cooling holes etc. to match GE norms. l. Evaluation and Correction of Throat Opening Area, Dimensional Check and Area & Harmonic Analysis by GE approved software / technique. iii. Post Repair Inspection / Quality Check Bidder shall carryout post repair inspection so to verify that all the defects noticed in pre-repair inspection and either, all have been rectified and also no new defects developed during repairs. This should include Fluorescent Penetrant Inspection and all Final Dimensional Checks like Segment Gaps, Eccentricity, Diameters & Drop Dimensions, Area and Harmonics Analysis, Surface Finishes, Heat Treatment, Hardness, Metallographic Testing etc. as stated in above paragraphs.

5 1.3 Repair of 2nd Stage Nozzle Assembly as per GE recommendation. Scope of work shall include but not limited to: i. Pre Repair Inspection: Bidder shall carryout pre-repair inspection of all the parts including sub-assemblies to bring out all the defects, damages and deviations in the dimensions in conformance to GE-Repair / Refurbishing procedures. Major activities includes but not limited to the following: a. Visual Inspection and Dimensional Check like, Out of Roundness, Inter-Segmental Gap, Creep Deflection and Hook Fit Diameter etc. b. Disassembly of Nozzle Segments out of Retaining Ring, removal of Core. c. Complete Aluminum-Oxide (Grade 180~220) Blast Cleaning of the parts. d. Complete Fluorescent Penetrant Inspection of Segment Nozzles. e. Heat Treatment and Metallographic Testing. f. Inspection of Cooling Holes. g. Measuring of Vane Thickness and other Dimensional Checks. h. Map all the defects like, cracks, corrosion, erosion, blocked holes, damage or missing parts like seals, etc and generate Inspection Report. ii. Repair / Refurbishing & Replacement of Parts: Bidder shall carry out all necessary Refurbishing / Replacement of parts, so as to rectify all the defects noticed during pre-repair inspection including metallurgical & dimensional aspects in conformance to GE repair procedures, standards & tolerances. Major activities includes but not limited to the following: a. Solution Annealing Heat Treatment of Nozzles & Segments in Vacuum. b. Complete grinding out cracks and eroded areas of Nozzle Segments as per GE approved methods and procedures. c. Perform weld built up and blending off all the cracks, eroded areas of Nozzle Segments, airfoil, leading and trailing edges. d. Repair and re-shape leading edge, trailing edge, vane contour, side wall contour, seal slots and thickness to match GE norms. e. Measure and correct gas path directions, restoring Cooling Holes as per GE norms. f. Complete Post Weld Solution Annealing and Aging Heat Treatment to improve metallurgical properties and hardness to match GE norms. g. Checking and correction of distortion, bowing on Nozzle partitions, leading edges, trailing edges, vane contour, sidewall contour, seal slots to match GE norms. h. Complete Fluorescent Penetrant Inspection of Segments and Nozzles. i. Finish Aluminum Oxide Blast Cleaning. j. Perform Coating as required as per OEM guidelines. k. Correct diaphragm roundness by welding on horizontal joints, stress relieving and machining to drawing requirements l. Install new wheel space seals (if required) and machine to drawing requirement m. Repair / Replace inter-stage packing rings with new components (only if originals are not reusable). n. Reassemble inter-stage packing rings and diaphragm and diaphragm to nozzle. Assembly of Nozzle Segments into Retaining Ring to simulate its actual operation condition. o. All hardware including Split Line Bolts, Helicoils shall have to be replaced, for dimensional restoration, like segment gaps, out of roundness in diameter, area and drop dimensions, re-establishing cooling holes etc. to match GE norms. p. Evaluation and Correction of Throat Opening Area, Dimensional Check and Area & Harmonic Analysis by GE approved software / technique. q. Final clean & perform QC inspection r. Any other jobs required to be done for refurbishment.

6 iii. Post Repair Inspection / Quality Check: Bidder shall carryout post repair inspection so to verify that all the defects noticed in prerepair inspection and either, all have been rectified and also no new defects developed during repairs. This should include Fluorescent Penetrant Inspection and all Final Dimensional Checks like Segment Gaps, Eccentricity, Diameters & Drop Dimensions, Area and Harmonics Analysis, Surface Finishes, Heat Treatment, Hardness, Metallographic Testing etc. as stated in above paragraphs. 1.4 Repair of Transition Piece as per GE recommendation. Scope of work shall include but not limited to: i. Pre Repair Inspection: Bidder shall carryout pre-repair inspection of all the parts including sub-assemblies to bring out all the defects, damages and deviations in the dimensions in conformance to GE Repair / Refurbishing procedures. Major activities includes but not limited to the following: a. Visual Inspection and Dimensional Check like Out of Roundness etc. ii. iii. b. Complete Aluminum-Oxide (Grade 180~220) Blast Cleaning of the parts. c. Complete Fluorescent Penetrant Inspection. d. Disassembly of Floating Seal, Locating Pin etc., as required. e. Perform Metallographic Inspection, Dimensional Inspection and Air Flow Check. f. Map all the defects and generate Inspection Report. Repair / Refurbishing & Replacement of Parts: Bidder shall carry out all necessary Repairs/ Refurbishing or Replacement of parts, so as to rectify all the defects noticed during pre-repair inspection including metallurgical and dimensional aspects in conformance to GE repair procedures, standards and tolerances. Major activities includes but not limited to the following: a. Removal of cracks by grinding. b. Weld repair of cracks & worn out areas. c. Aqueous degrease and clean Transition Piece Body. d. Grit Blast for surface roughening. e. Weld repair / replace Seals, Seal Slots, Bull Horn and Aft End of TP Body, Aft End Brackets, inner / outer & side slots and Spring Seal marks in inner body (forward frame) to drawing specifications. f. Creep correction, out of roundness correction, gaps of inner / outer slots & seals, airflow check etc. g. Mask Body for Thermal Barrier Coating (TBC) as per GE specification. h. Apply Bond Coat & TBC using Plasma Spray Process. i. Measure Thickness & Bonding of TBC. j. Complete Fluorescent Penetration Inspection, Dimensional Inspection and QC Checks. k. Finish Aluminum Oxide Blast Cleaning. Post Repair Inspection / Quality Check: Bidder shall carryout post repair inspection so to verify that all the defects noticed in prerepair inspection and either, all have been rectified and also no new defects developed during repairs. This should include Fluorescent Penetrant Inspection and all Final Dimensional & Air Flow Checks, Surface Finishes etc. as stated in above paragraphs.

7 IV TIME SCHEDULE: 1 The Agreement shall be submitted by the Tenderer within 10 (Ten) days of date of issue of Work Order. 2 The Tenderer shall mention the Minimum Time Period, required for Repair and Delivery, from the date of receipt of material at their works. However, the same shall not exceed 10 weeks from the date of receipt of 1 st Stage Nozzle Assembly, Combustion Liners and Transition Pieces. The work shall be completed within the agreed Time Period. V SPECIAL TERMS & CONDITIONS: 1. Indemnity bond / Bank Guarantee towards the material being sent for repair: The bidder shall have to furnish an Indemnity Bond for value of Rs Lakh (Fifty Lakh) or a Bank Guarantee of equivalent amount in US Dollar from any of the Indian nationalized/ scheduled banks (except Cooperative and Gramin Bank) or any branch of Foreign Bank within 15 (Fifteen) days from date of issue of Work Order. 2. Repair Place: The Bidder shall give complete Address of Works in the Tender, where repair will be carried out. 3. Repair Procedure: The Bidder shall give detailed repair procedure as per GE Specifications in the Tender and should ensure that there is no overheating, distortion / change / degradation in metallurgy of the parts due to repair procedures adopted. 4. QAP: Bidder shall submit QAP for repair / Refurbishment of 1 st & 2 nd Stage Nozzle Assembly, Combustion Liners and Transition Pieces alongwith their offer. 5. Packing, Dispatch, Freight and Insurance: Within India: NFL shall dispatch the material to be repaired to Bidder s works on Freight Paid basis. Transit Insurance would be in NFL s scope. After repair, the Bidder shall dispatch the material back to NFL on Freight to Pay basis through charted truck preferably by approved transporter of NFL i.e. M/s TCI/ETO. The Bidder shall ensure suitable packing before dispatch so as to avoid any transit damage. Outside India: The parts shall be air-freighted to that airport where our consolidation cum-freight Forwarding agent is located/to the Airport as agreed in the work order on Freight and Insurance Paid basis for repair/refurbishment jobs. All other expenses likely to be incurred at the bidders country such as clearance/collection of the part from Airport/customs Authorities at destination Airport, Payment of duties/incidentals, if any, transportation from Airport to Bidder s works and back to the Airport after completion of the job etc. shall be borne by the Overseas bidder and as such the bidders will quote the rates including the above cost. After repair/refurbishment, the parts shall be handed over to our consolidation cum-freight Forwarding agent for onward shipment to India. The Bidder shall ensure to provide suitable sea-worthy packing to avoid corrosion, if required. 6. Inspection and Reports: The Bidder will carry out all necessary Pre-Repair Inspection to bring out all the defects including Metallurgical deterioration etc. and then carry out the Post- Repair Inspection to ensure complete defect free parts. The Bidder will send these reports along with the photographs showing major defects and stages of Repair Procedures, Critical Observations, Initial & Final Parameters and all relevant details, in duplicate and a soft copy in pdf format, along with dispatch documents.

8 7. Bidder shall ensure: 7.1 Surface Finish, Final Dimensions, Tolerances etc. are in conformance to GE tolerance standards, and all repairs have been carried out as per approved GE Repair / Refurbishing procedures. Bidder shall submit Certificate in compliance to it. 7.2 Repaired parts are 100% interchangeable to original parts and in case of up-rated /upgraded parts, they are 100% interchangeable for the same. 7.3 Repaired parts are as good as new parts and shall mention the life of repaired parts in equivalent operating fired hours. 8. Bidder will stand Guarantee for the work done for trouble free operation for a period of 18 months from the date of dispatch and 12 months from the date of installation, whichever is earlier. 9. Submission of Documents: Bidder shall submit the following Original documents, in duplicate and a soft copy in CD/ DVD form, after completion of work, along with dispatch of material: 9.1 Repair and Inspection Reports. 9.2 Guarantee Certificate. 9.3 Interchangeability Certificate. 9.4 Compliance to Repair / Refurbish in line to GE Procedures, Standards and Tolerances. 10. Acceptance of NIT: Bidder shall confirm in their quotation, the acceptance of all the terms and conditions of NIT, including scope of work, failing which the offer may not be considered. 11. Bidder to acquaint himself fully: if required, the Bidder may visit the site to see the condition of combustion liners to be repair.

9 Notes :- Pre-Qualification Criteria for Bidders Annexure -II 1. Bidders should have executed minimum one similar refurbishment jobs of Nozzles, Combustion Liners and Transition Pieces during the last 7 years ending on last day of month previous to the Bid Closing date with satisfactory performance. Similar means, Inspection, Repair / Refurbishment and testing of Combustion Liners (with Thermal Barrier Coating), Transition Pieces, and Nozzles of GE Frame-5 or higher capacity Gas Turbines in accordance to scope of work as per NIT. 2. Bidder should have executed during the last seven years ending on last day of month previous to the Bid Closing date at least one similar work of value not less than Rs 24.0 Lakh or two similar work of value Rs 15.0 Lakh or three similar works of value Rs.12 Lakh each. 3. The bidder should have the capability & infrastructure on its own or partnership with manufacturer or joint venture or representative of manufacturer to do the above Repair /Refurbishment as per scope of work of NIT. 4. The bidder should have experience and capability in various testing & inspection as per scope of work of NIT like Fluorescent inspection, Air Flow Check, Harmonic Analysis etc. at their own or through the agency having expertise in the respective job. 5. Average Annual financial turnover during of the Contractor for the last 3 years ending 31st March 2016 should be at least Rs 9.0 Lakh. 6. As documentary proof bidders shall submit self attested copies of following documents with technical un-priced bid: 6.1 Work/Purchase Orders in support of Para 1 & 2 above with full technical & commercial details including work order value along-with completion certificate from the customer regarding satisfactory performance indicating the period of completion. 6.2 Relevant documents in support of para 3 above indicating details of capability & infrastructure available with them. 6.3 Relevant documents in support of para 4 above indicating various relevant details. 6.4 Audited Profit & loss account and balance sheet for the last three successive years prior to bid submission date in support of Para 5 above. 1) Bidder shall provide all information related to Pre-qualification criteria in attached format along with EMD in First Envelope. 2) Evaluation shall be done on the basis of documents provided along with the bid. 3) Bidders not complying to the Pre-qualification criteria will not be considered suitable for the subject work.

10 Annexure-III S. N. Description SCHEDULE OF RATE Quantity 1 Refurbishment of Combustion Liners of GTG-1 4 Nos 2 Refurbishment of Transition Pieces of GTG-1 7 Nos 3 Refurbishment of 1 st stage Nozzle of GTG-1 1 set 4 Refurbishment of 2 nd stage Nozzle of GTG-1 1 set 5 Refurbishment of 2 nd stage Nozzle of GTG-3 1 set Total Cost (excluding Service Tax) Rate (In Figure) (in Figure) (in words) Rate (In Word) Total Amount (Rs.) Notes: 1. The Tenderer shall quote Single Rate against each item and not the multiple rates in the Schedule of Rates. Any Tender with the multiple rates quoted will be summarily rejected. 2. The Rates quoted should be inclusive of all Taxes, Duties, Royalties and other Statutory Levies to be payable but excluding Service Tax. Unless specified to the contrary in the bid, all present taxes and statutory levies shall be borne and paid for by the bidder. Payment of the taxes and other statutory levies shall be the responsibility of the bidder and shall not be payable by NFL. 3. Service Tax: Reimbursement / Deposit of Service Tax shall be done as per GOI notification 24/2012 and 30/2012- Service Tax effective from The tenderer must mention Service Tax Registration/ Service Tax Code and the Accounting code in the invoice/receipts. 4. As per GOI Notification No 30/2012-Service Tax, Para B.II (9), 50% of the applicable Service Tax shall be payable by the Contractor while 50% of the applicable Service Tax shall be payable by NFL. The service deposited by the Contractor shall be reimbursed on production of documentary evidence of having deposited the same in Govt account. 4 TDS shall be applicable as per Income Tax Rules. 5 Evaluation of bids shall be done on the basis of cost of individual SOR items. NFL reserves the right to split the contract between two or more bidders without assigning any reason thereof.. Name Date Place (SIGNATURE OF TENDERER)

11 GENERAL TERMS & CONDITIONS: Annexure-IV 1. Interested Tenderer, after studying all the tender documents carefully, may also see the job physically at site and obtain necessary clarifications, if any, in writing before tendering. Submitting of tender implies that the Bidder has obtained all the clarifications required. No claim on ground of want of knowledge in this respect will be entertained. No claim for extra charges consequent upon any misunderstanding or otherwise will be allowed. 2. The Bidder shall give an undertaking that the terms and conditions of NIT and other aforesaid conditions are acceptable to him without reservations and no deviations to NIT have been taken while making the offer. 3. The company reserves the right to accept the lowest or any other tender in part or in full or award parallel contracts or reject all or any of the tenders without assigning any reasons. 4. The following tenders will be liable to summary rejection: a. Tenders submitted by Tenderer who resort to canvassing. b. Tenders, which do not fulfil any of the conditions, laid down in the Tender Documents or are incomplete, in any respect. c. Tenders not accompanying the required details / Tender Cost / Earnest Money etc. d. Tenders received late / delayed. e. Tenders, who contain uncalled for remarks or any alternative additional conditions. f. Bid received with request / condition to send the combustion liners to bidder s works for assessment for bidding for repair. 5. If the Tenderer has relations whether by blood or otherwise with any of the employees of the NFL, the Tenderer must disclose the relations in the Form of declaration attached, at the time of the submission of Tender failing which NFL shall reserve the has right to reject the tender or rescind the contract. 6. Quantum of Job: The estimated value of work has been given on the basis of technical assessment and indicates approximate quantities. However, the Contractor shall have to execute any or all the jobs depending upon the requirements of the Plant. The rates shall remain firm for the increased or decreased quantities. However, NFL will not give any guarantee for minimum billing or minimum quantum of work during the contract. 7. Validity of Contract : a. The contract shall remain valid for a period of 12 (Twelve) months reckoned from the date of its award. The job can, therefore, be got done any time during the tenure of the contract. b. The contract can further be extended for a period of 3 (Three) months at the discretion of NFL. 8. Escalation in Rates: The rates quoted will be firm till the validity of the contract and will not be subjected to escalation irrespective of any increase whatsoever in labour or material cost etc. 9. Earnest Money Deposit: a. The Tenderer shall make a deposit of Rs. Rs. 50, (Rs. Fifty Thousand only) or equivalent amount in US Dollar as Earnest Money and Rs ( Seven Hundred Fifty only) as Tender Fees deposit in the form of an A/c. Payee Demand Draft, payable at SBI Bavrikheda (Code No. 8455) drawn in favour of M/s. National Fertilizers Limited, Vijaipur. The Earnest Money shall not be accepted in any form other than specified above. Earnest Money should accompany the tender in a separate envelope without which tender will not be opened and it will be considered as rejected. No interest shall be payable on EMD. b. The Tenderer, registered under National Small Scale Industries are exempted from submission of E.M.D., subjected to submission of relevant certificate from concerned Authority alongwith Tender Documents.

12 10. Security Deposit: a. The Security Deposit together with EMD shall be 10% of the contract value. b. Security Deposit (S.D.) shall be submitted by the Contractor within 15 days of issue of work order. Alternatively, Security Deposit cum Performance Bank Guarantee from any Nationalized / Scheduled Bank may be submitted for 10% of the contract value. The Security Deposit cum Performance Bank Guarantee shall be valid till the expiry of defect liability period + Six month claim period thereafter. c. No interest shall be paid on EMD / Security deposit. Any amount recoverable from the contractor shall be deducted from security deposit. Security deposit shall be returned to contractor after obtaining No objection certification from executive department after expiry of Defect Liability Period. 11. Terms of Payment: For Indian Bidders: 100% payment shall be made through Electronic Mode after making necessary recoveries for Income Tax, Works Tax etc. as applicable as per Terms & Conditions of NIT, after satisfactory completion of the work as per scope and submission of bill. Such payments will be made in full within 30 days of receipt of bill complete in all respects. The following information may be furnished along with the Tender: d. Acceptance for release of payment by ECS / EFT from our Bank, i.e., State Bank of India, Bavrikhera Branch, Branch Code: 8455, N.F.L. Complex, Vijaipur , Dist. Guna, M.P. e. The details of Tenderer Account Number, Name, Address, Branch, Branch Code, RTGS Code & MICR Number of the Tenderer Bank. f. Income Tax Permanent Account Number (I-Tax PAN): The Tenderer shall mention the new series Permanent Account Number allotted by the Income Tax Authorities in his Tender. For Foreign Bidders: 100% payment shall be made through Irrevocable Letter of Credit on submission of following documents: a. Signed invoice in original with two copies b. Air way Bill / Bill of lading c. Packing List d. Certificate of Origin (please specify country of origin in your quotation) e. Prior Fax/ Cable Advice to Insurance Company giving details of shipment f. Warranty Certificate & other Certificates as specified in the work order. Please note that your Banker s charges including confirmation charges of letter of credit shall have to be borne by you. However, Bank charges in India shall be borne by NFL. Charge for any amendment to the LC subsequent to its establishment will be borne by the party who desires for such amendments in the LC. Payment shall be made in the currencies and amount stated in the Contract/Work Order. 12. Liquidated Damages: In the event of work is not completed according to the time schedule, you shall have to pay Liquidated Damages to of 1 % of the total value of work for delay of every week or part thereof, subject to a ceiling of 10 % of the total value of the work. 13. Tax Deduction at Source: Statutory deduction on account of Income Tax / Works Tax & other Taxes on Works Contracts shall be made from the bill of the Tenderer at the prevailing rates, as per Income Tax Laws / Commercial Tax Laws of M.P. at the time of release of payment to the Tenderer. 14. Income Tax Permanent Account Number (I-Tax PAN): The Tenderer shall mention the new series Permanent Account Number allotted by the Income Tax Authorities in his Tender. 15. Period of Liability: Tenderer will stand guarantee for the work done for trouble free operation for a period of 12 months from the date of commissioning or 18 months from the date of completion of work whichever is earlier. Any damage or defect or other faults that may arise or lie undiscovered at the time of issue of completion certificate, or appear within defect liability period after the virtual completion of the work, arising in the opinion of the owner from material or workmanship not in accordance with the contract, shall upon the directions in writing of the owner and within such reasonable period specified therein, shall be rectified by the Tenderer at his cost, most expeditiously or in case of default, NFL may cause the same to be made good by other workmen and deduct expenses from any sums that may be

13 there or at any time thereafter become due to the Tenderer or from his security deposit. NFL shall be under no obligation to accept / entertain any claim / demand whatsoever in this behalf. The workmanship guarantee for rectified portion of work shall commence from the date of rectification for a subsequent period of 12 (twelve) months of the balance period as stated above, whichever is later. The Contractor shall be responsible for the proper workmanship and shall not be relieved of his obligation in this regard just because NFL raised no objection during the progress of work. The decision of the Owner regarding bad workmanship shall be final, binding and conclusive. Any defect noticed during the various stages of inspection during work under progress as per scope shall be made good by the Contractor to the satisfaction of NFL before proceeding further. Irrespective of the inspection, repair and approval at intermediate stages of work, the Contractor shall be responsible for making good any defect found during final inspection and guarantee period. 16. Sub-Contracting: Sub-Contracting of the job will not be allowed. 17. Splitting of the contract: The work order under the contract may be split / distributed among two or three bidders at the discretion of NFL If the Contractor fails to fulfil his obligations under the contract, NFL shall have the right to get the work done by the agency other than the Contractor, at the Risk and Cost of the Contractor, till the expiry of the period of the contract. 19. Termination of Contract: If the Contractor is unable to execute the work, any loss incurred by the company in this respect will be to the Contractor's account. The company may also terminate the contract after giving a 1 (One) day notice in writing, if in its opinion; the work under the contract is not being done to its satisfaction if: a. At any time, the Contractor makes default in proceeding with the work / job with due diligence and continues to do so after giving in writing a notice of 1 day from the Engineer In-Charge, or b. If the Contractor persistently disregards the instructions of Engineer In-Charge or fails to take steps to employ competent or additional staff required or commits default in complying with any of the terms and conditions of the contract and does not remedy it or does not take steps to remedy it within 3 days after notice in writing given to him by the Engineer In-Charge, or c. If the Contractor obtains the contract with NFL as a result of ring tendering or other non-bonafide methods of competitive tendering, or d. If the Contractor assigns, transfers or sublets or attempts to assign, transfer or sublet the entire work or any portion thereof without the prior written approval of the accepting authority, or e. If the Contractor abandons the contract. f. If the Contractor becomes bankrupt / insolvent. NFL shall have right to get the leftover job done by alternative agencies at the Risk & Cost of the Contractor besides other legal remedies available to it. 20. Consequences of Termination: If the contract is terminated by NFL for the reason detailed under clause 18 or for any other reason whatsoever: a. NFL reserves the right to get the work completed at the risk and cost of the Contractor and to recover from the Contractor any amount by which the cost of completing the work by any other agency exceeds the value of the contract, without prejudice to any other remedies/rights/claims etc. that may be available with NFL. b. Security Deposit/Performance Bank Guarantee Bond submitted by the Contractor shall stand forfeited. c. The Contractor shall have no right to claim any compensation for any loss sustained by him by reason of his having entered into any commitment or made any advances on account of or with a view to the execution of the works, or on account of expected profits. d. All the dues payable to the Contractor for the work executed by him before and up to termination shall only be released after making adjustments for the expenses, charges, damages and expected losses etc. incurred by NFL as a consequence of the termination of the contract.

14 21. Engineer In-Charge: The Engineer In-Charge shall have general supervision and direction of the work. He has authority to stop the work whenever such a stoppage may be necessary to ensure the proper execution of the contract. He shall also have authority to reject all work, direct the application of forces to any portion of the work as, in his judgment, is required and order force increased or diminished and to decide disputes which arise in the execution of the work. The Engineer In-Charge reserves the right to suspend the work or the part thereof at any time and no claim whatsoever on this account will be entertained. In case of any dispute the Contractor may appeal to the Engineer In-Charge whose decision shall be final and binding. The decision of the Engineer In-Charge of National Fertilizers Limited shall be final in regard to all matters relating to this Tender including for determining the category of work with reference to material of an item not mentioned in the Scope of Work. 22. The Contractor shall be liable to the company for any Omission or Commission on his part or on the part of his employees causing any loss, damages or inconvenience to the plant/company. It is understood by the Contractor that in the event of any losses/damages caused to the owner due to the reasons whatsoever within his control and the same losses/damages are proved, the Contractor shall make good all the consequential losses/damages to the owner without any protest & demur. These losses/damages shall be apart from other claims/damages to which the owner is entitled under the contract or in the course of law. 23. The Contractor shall comply with the provisions of Contract Labour (Regulation & Abolition) Act 1970 and rules framed there under & amended from time to time. 24. In case of non-compliance with any of the conditions / provisions contained in E.P.F. Act 1952 as amended from time to time, NFL reserves the right to provisionally retain 24% of the Contractor's payment towards employees and employer's contributions, which may be released only on verification of Challan by Engineer In-Charge for deposit of PF Contribution. 25. Provident Fund Account Number (PF A/c. No.): The Contractor shall mention the Account Number allotted by the Provident Fund Authorities in his Tender as per statutory requirements. 26. The Contractor shall abide by all the Acts / Labour Laws related to PF, Wages, Holidays, Leaves, and Overtime etc. The Contractor is required to comply with all statutory provisions, from time to time, during the tenure of the contract. 27. Workmen Compensation / Insurance a. In every case in which by virtue of the provision of Section 12, sub-section I of the Workmen Compensation Act 1923 or any other law for the time being in force, NFL is obliged to pay compensation to a workman employed by the Contractor in execution of the work, NFL will recover the amount of the compensation so paid from the Contractor s bill. b. The Contractor will be solely responsible for any liability to his workers in respect of any accident, injury arising out of and in the course of contractor s employment. To meet his aforesaid obligations under the Workmen Compensation Act, the Contractor will obtain Cover Note under Workmen Compensation Policy from Insurance Company in respect of persons employed by him for carrying out his work and obligations under the agreement. The contractor shall take medical cover for the workmen deployed by him for carrying out his work and obligation under the agreement. The premium payable for the aforesaid Insurance Policy shall be borne by the Contractor. The Contractor shall ensure that the said Insurance Policy remains valid till the expiry of the contract. c. Photocopy of this Insurance Cover is required to be submitted by the Contractor to NFL immediately after the issue of L.O.I. but before the start of the work. Payment against the work done will not be released to the Contractor until and unless photocopy of the Insurance Cover is submitted to the NFL. 28. The NFL will not be responsible for any injury sustained by the workers of the Contractor during the performance of the above contract, any damage, compensation due to any dispute between the Contractor and his workers. All liabilities arising out of any provision of Labour Acts / Enactments hereto in force shall be the responsibility of the Contractor. NFL under the Contract will recover any other expenditure, incurred by NFL to face the situation arising out of the negligence of the Contractor from his dues payable. 29. The Contractor shall at all times keep the NFL indemnified against all claims, damages or compensation under the provisions of the Payment of Wages Act 1936, Minimum Wages Act 1948, Equal Remuneration Act 1976, Workman s Compensation Act 1923, Employees Liability Act 1938, Employment of Child

15 Labour Act 1938, Abolition of Bonded Labour Act and Contract Labour (Regulation & Abolition) Act 1970 or any other Act regulating the employment of labour by the Contractor. 30. The Contractor shall ensure that all the formalities, required to be completed under the existing laws of India for and/or in connection with engaging/employment of labourers, have been fulfilled. NFL shall be under no obligation to accept / admit any claim on this behalf. 31. Alterations, Omissions, Additions Or Substitutions of Work: a. NFL shall have power to make any alteration in, omission from, addition to, or substitutions for original specifications and instructions which may be considered necessary, during the progress of work and the Contractor shall carry out the work in accordance with any instruction which may be given to him in writing duly signed by the Engineer In-Charge. Such alterations, omissions, additions, substitutions shall not invalidate the contract and any altered, additional or substituted work, which the Contractor may be directed to do in the manner above specified as a part of the work, shall be carried out by the Contractor on the same conditions in all respects on which he has agreed to do the main work. b. If the rates for additional, altered or substituted work are specified in the contract for the work, the Contractor is bound to carry out the additional, altered or substituted work at the same rates as per specifications in the rate contract for that work. c. In the event the extra or substituted items of the work does not fall in the category as above, the cost will be calculated on the basis of actual Labour and consumable material utilized for the job. The quoted rates will be inclusive of Overheads and Profit. The Engineer In-Charge will assess the quantum of Labour and consumable material used; whose decision in this respect will be final and binding upon the Contractor. The Contractor will be required to obtain prior approval of NFL for rates payable to him for such extra items. d. In case, the Contractor fails to do the extra and / or the substituted work, NFL will have the option to get the work done through another agency at the Contractor s Risk and Cost, as per Clause No. 17 of General Terms & Conditions. 32. Preservation of Free Issue Material: All materials issued to the Contractor by the Owner shall be preserved against deterioration and storage while under Contractor's custody. Any damage / losses suffered on account of non-compliance with the requirement stipulated herein shall be considered as losses suffered due to wilful negligence on the part of the Contractor and he shall be liable to compensate NFL for the losses suffered at penal rates to be determined by the Engineer In-Charge with reference to the rates charged for the purpose of recovery and shall be final and binding on the Contractor. 33. Handling during Execution: The parts supplied for installation / scaffolding material for execution of job shall be handled with utmost care. Any damage or loss caused to items during shifting / execution of this contract by the Tenderer will be made good by the Tenderer at his own cost and risk. 34. Safety Regulations: The Contractor shall observe and abide by all the Fire and Safety Regulations of the NFL. Before starting maintenance work, the Contractor shall consult NFL's Safety Officer or the Engineer In-Charge, if the Safety Engineer is not available, and familiarize himself with such regulations, copies of which will be furnished to him by NFL, when requested. He shall be responsible for and must make good, to the satisfaction of the NFL, any loss or damage due to fire to any portion of the work to be done under this agreement or to any of the NFL's existing property. All the accidents to Contractor's staff will be reported to the Safety Officer promptly. This will, however, not relieve the Contractor of any other statutory obligations. The Contractor shall not undertake any hot job without Safety Work Permit. He has to maintain First Aid Box in his office. Also necessary Safety Equipment like Helmets, Hand Gloves, Face Shields, Safety Belts etc. are to be provided to his workmen by the Contractor. However, Special Safety Equipment (if any) required as per requirement of the job shall be provided free of cost by NFL. 35. Force Majeure: The terms and conditions mutually agreed upon with respect to this agreement shall be subject to Force Majeure. Neither the Contractor nor NFL shall be considered in default in the performance of their obligations contained therein, if such performance is prevented or delayed or restricted or interfered with by reason of War, Hostilities, Revolution, Civil Commotion, Strike, Epidemic, Accident, Fire, Cyclone, Wind, Flood, Earthquake, Regulation or Ordinance or Requirement of any

16 Government or any Sub-Division thereof, or Authority or Representative of any such Government and / or due to Technical Snag/Reasons, or any other Act whatsoever, whether similar or dissimilar to those enumerated, beyond reasonable control of the parties hereto, or because of any Act of God. The party so affected, upon giving prompt notice to the other party, shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists, provided that the party so affected shall use its best efforts to avoid or remove such causes of non-performance, if possible, and shall continue performance hereunder with the utmost dispatch whenever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of Force-Majeure lasting continuously for a period of three months, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract. 36. Conciliation & Arbitration: For Indian parties a. Except where otherwise provided in the contract all matters, questions, disputes or differences whatsoever, which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to Designated Unit Head/E.D./Functional Director/ Chairman & Managing Director, National Fertilizers Limited for appointment of Arbitrator. (appropriate designated authority may be inserted as per contract value). b. If the arbitrator to whom the matter is referred, vacates his/her office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his prodecessor left or at any such stage he may dream fit. c. The Arbitration proceedings shall be governed by the Arbitration & Conciliation Act, 1996, The Arbitration & Conciliation (Amendment Act 2015) or any further statutory modification or re-enactment thereof and the rules made thereunder. d. It is agreed by and between the parties that in case a reference is made to the arbitrator or the arbitral Tribunal for the purpose of resolving the disputes / differences arising out of the contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate of SBI PLR/ Base Rate applicable TO NFL on the date of award of contract. Foreign Parties Arbitration provisions in accordance with the rules of International Chamber of Commerce (ICC) will be applicable which may be as under: All disputes arising out of or in connection with the present contract shall be finally under the Rules of Arbitration of the International Chamber of Commerce, India by one or more arbitrators appointed in accordance with the said Rules. 37. The contract shall be governed by and construed in accordance with the Laws of India and provisions of various Labour Laws like Factories Act 1948, Industrial Disputes Act 1947, Contract Labour (Regulation & Abolition) Act 1970, Maternity Act 1961, Workmen s Compensation Act 1923, Payment of Wages Act 1936, Minimum Wages Act 1948, Employee s Provident Funds & Misc. Provisions Act 1952, Payment of Bonus Act 1965, Payment of Gratuity Act 1972 etc. and any other Law / Legislation which may be applicable from time to time (The above Acts are only illustrative and not exhaustive). 38. Time Limit for Any Claim: In case the Contractor fails to claim compensation, from NFL on account of any claim under the contract, in writing to the Engineer In-Charge, within a period of one month of cause of action of such a claim arise, the Contractor shall be deemed to have waived of his right to claim the same. 39. Jurisdiction: Not withstanding any other court or courts having jurisdiction to try any civil suit arising out of this contract, it shall be only the court of competent jurisdiction at Guna alone (where the contract shall be deemed to have been entered into) to try such suits to the exclusion of all other courts of the country and all causes of action in relation to the contract will therefore be deemed to have arisen within the Jurisdiction of the Courts at Guna (Madhya Pradesh) only. 40. Agreement: The Contractor s responsibility under this contract will commence from the date of issue of the Letter of Intent. The Tender Documents, Other Documents exchanged between the Tenderer and NFL, the Letter of Acceptance and Work Order shall constitute the Contract. The successful Tenderer shall have to execute an Agreement with National Fertilizers Limited, on a non-judicial stamp paper of appropriate value as applicable in M.P. state (present value is Rs ) at Vijaipur, within 10 (Ten) days of issue of the Work Order or before start of job whichever is earlier. The cost of stamp paper shall be borne by the Contractor. The Agreement to be executed will be in the Agreement Form to be specified by National Fertilizers Limited.

17 DECLARATION FORM-I Quotation No.: Date: / / Ch.Mgr. (Mech.), M/s. National Fertilizers Limited Vijaipur District Guna, Madhya Pradesh Subject: Notice Inviting Tender for Refurbishment of Ist Stage Nozzle, Transition Pieces and Combustion liners of Gas Turbine GT 3461 of Ammonia-II and GTG-I, II & III of CPP Plant at NFL, Vijaipur. Sir, I / We have read the conditions of the tender attached here to and agree to abide by such conditions. I / We offer to do the Contract for Refurbishment of Ist Stage Nozzle, Transition Pieces and Combustion liners of Gas Turbine GT 3461 of Ammonia-II and GTG-I, II & III of CPP Plant at NFL, Vijaipur at the rates quoted in the attached Schedule of Rates and in accordance with the inspection, standards and instructions in writing of the Engineer In-Charge of M/s. National Fertilizers Limited and hereby, bind myself / ourselves to complete the work schedule and progress of work. I / We further agree to abide by the conditions of contract and to carry out all works within the specified time in accordance with applications, workmanship and instructions referred to in the Notice Inviting Tender. In case of acceptance of the Tender by the National Fertilizers Limited, I / We bind myself / ourselves to execute the contract as per the conditions mentioned in the tender document, failing which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with the National Fertilizers Limited, Vijaipur. (Signature of Tenderer with Seal) Name: Address: Place: Date:

TENDER DOCUMENTS FOR. Supply of Manpower. For. Repair of Critical Refractory. During. Ammonia-II shutdown-2017

TENDER DOCUMENTS FOR. Supply of Manpower. For. Repair of Critical Refractory. During. Ammonia-II shutdown-2017 TENDER DOCUMENTS FOR Supply of Manpower For Repair of Critical Refractory During Ammonia-II shutdown-2017 VIJAIPUR UNIT MECHANICAL DEPARTMENT Page 1 of 14 I. SCOPE OF WORK: II. NIT No.: NFVE/M/Amm.-II/Cont-56/2017-18

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

DECLARATION FORM-I. Dy. General Manager (TS, R&D) M/s. National Fertilizers Limited Vijaipur District Guna, Madhya Pradesh

DECLARATION FORM-I. Dy. General Manager (TS, R&D) M/s. National Fertilizers Limited Vijaipur District Guna, Madhya Pradesh DECLARATION FORM-I Quotation No.: Date: / / Dy. General Manager (TS, R&D) M/s. National Fertilizers Limited Vijaipur-473 111 District Guna, Madhya Pradesh Subject: Eddy Current Inspection of BFW Pre-Heater

More information

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

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

More information

Tender No.: BL/LS/DEL/05T/MAY18 Date: Notice Inviting E-Tender

Tender No.: BL/LS/DEL/05T/MAY18 Date: Notice Inviting E-Tender Tender No.: BL/LS/DEL/05T/MAY18 Date: 21.05.2018 Notice Inviting E-Tender Bids under dual system are invited from experienced vendors for Providing Local Transportation from our warehouse to Delhi NCR

More information

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR QUOTATION FOR AIR-CONDITIONING WORK FOR BANK OF INDIA AT Sawaimadhopur BRANCH BIDDER/FIRMS NAME & ADDRESS:.... CLIENT ZONAL MANAGER Bank of India Zonal

More information

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR AN ISO 9001 & ISO 14001 COMPANY TENDER DOCUMENT NIT No.: NRO/CON/738/667 date : 12.10.2018 FOR Supply, Installation, Testing, Commissioning & Handing- over of Medical equipments (Group-7F) for Government

More information

Appointment of NGO/Agency

Appointment of NGO/Agency National Fertilizers Limited (A Govt. of India Undertaking) Gohana Road, Panipat-132106 Phone No.: 0180-2652481-82, 85 Extn. 1202, 0180-2681304, Fax. 0180-2652515 E-mail: rsarora@nfl.co.in Appointment

More information

496, Udyog Vihar, Phase-III, Gurgaon Phone:

496, Udyog Vihar, Phase-III, Gurgaon Phone: 496, Udyog Vihar, Phase-III, Gurgaon 122016 Phone: +91-124-2876431 THSTI/NIQ/33/14-15 20 th Aug, 2014 Notice Inviting Quotations On behalf of the Executive Director, THSTI, Gurgaon, Haryana, INDIA, sealed

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

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta ) Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai 600068 (Regd. Office: 21, N.S.Road, Kolkatta 700 001) Ph: 25946563 / 6565 Fax: 25941156 Enq. Ref: SBUPC /Sandblasting /298/1314 20.12.2013

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

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION P-3/1, Transport Depot Road Kolkata 700 088 Phone No. 2450-6810/ 2450-6816 Fax No. 2449-8355 Email No.:mukherjee.soumik@balmerlawrie.com TENDER NO: APD/

More information

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI 400 088 NOTICE INVITING TENDERS Date:27 February, 2017 1. Sealed tenders are invited for Waterproofing By Crack Filling And Chemical Coating at Naoroji

More information

TENDER DOCUMENT up to Hrs. submission of Tender Date of opening of Tender at Hrs.

TENDER DOCUMENT up to Hrs. submission of Tender Date of opening of Tender at Hrs. TENDER DOCUMENT TENDER FOR REMOVING OF ALL JULIFLORA (ENGLISH BABUL) BUSHES WITH ROOT LEVEL FROM LAKE AREA AND OTHER COMPANY S OWN LAND AND PLANTATION IN THAT AREA. PLANT AND TREE GAURD SHALL BE PROVIDED

More information

TENDER DOCUMENT TENDER ID : BAN

TENDER DOCUMENT TENDER ID : BAN TENDER DOCUMENT TENDER ID : BAN201903034 SHORT TENDER NOTICE FOR E-LOBBY INTERIOR WORKS AT SANTHEKATTE BRANCH, MANGALURU SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE BENGALURU on behalf of STATE

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

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA CURCHOREM BRANCH, CURCHOREM, GOA. TECHNICAL BID Part - I NOTICE INVITING TENDER & GENERAL CONDITIONS OF CONTRACT. OWNERS Bank of

More information

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI BANK OF BARODA GREATER MUMBAI ZONE MUMBAI TENDER NOTICE FOR NEW SUPPLY, REFILLING AND ANNUAL MAINTENANCE CONTRACT OF FIRE EXTINGUISHERS FOR BRANCHES / OFFICES OF GREATER MUMBAI ZONE, BANK OF BARODA MUMBAI.

More information

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA To 27/04/2017 All Concerned New Delhi Sub: Providing and Fixing of signage board at PFRDA Sealed Bids are invited under Single Bid system for providing and fixing of signage boards from experienced Firms/

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

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

More information

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation) ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) ELECTRICAL DIVISION SWITCHGEAR UNIT 14 MAYURBHANJ ROAD KOLKATA 700023 TELEPHONE: 24491601/24491770 FAX: 24491184 Tender No. AYCL/ED/SWG/14-16/Security

More information

NATIONAL FERTILIZERS LIMITED PANIPAT TECHNICAL SCOPE OF WORK

NATIONAL FERTILIZERS LIMITED PANIPAT TECHNICAL SCOPE OF WORK NATIONAL FERTILIZERS LIMITED PANIPAT TECHNICAL SCOPE OF WORK Sub: Remnant Life Assessment (RLA) study of Three SGP Boilers#1,2&3 (Capacity- 150T/H) & One CPP Boiler (Capacity 210 T/H) as per Indian Boiler

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

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

Critical 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 information

Directorate of Shipping Services Port Blair

Directorate of Shipping Services Port Blair Directorate of Shipping Services Port Blair No. M/PR-Spare/Open-124/2013-2014/PF/II TENDER FOR MTU Engine Spares Due On. Cost of Tender Document: ` 300/- Per set Sold to: M/s Signature of the tenderer

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

BANK OF INDIA, AHMEDABAD ZONE

BANK OF INDIA, AHMEDABAD ZONE BANK OF INDIA, AHMEDABAD ZONE TENDER FOR AIR CONDITIONING WORK FOR BANK OF INDIA AT VADTAL BRANCH, VADTAL. ISSUED TO :................ CLIENT ARCHITECT: CHIEF MANAGER WISTaaR Architects & Int. Designers

More information

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI COST OF TENDER- RS.200/- ONLY TENDER DOCUMENT of PHOTOCOPYING & STATIONERY SHOP at KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI 110007 Tender no. -1/Admin/Photocopying & Stationery Shop/2016 Tender document

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

DATED: DUE ON

DATED: DUE ON IMPORTANT: TENDERERS SHOULD READ THE TENDER PAPERS CAREFULLY; SUBMISSION OF TENDER SHALL MEAN THAT THE TENDERER HAS READ AND UNDERSTOOD ALL THE TERMS AND CONDITIONS OF THE TENDER AND AGREES AND BINDS HIMSELF/THEMSELVES

More information

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE. PRICE BID FOR SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE. Issued to, M/s 1. INVITATION FOR TENDER OFFERS LIC invites sealed offers from manufacturers and/or their authorized dealers/agents

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE 1 of 8 1. DEFINITIONS : 1.1. PURCHASER GENERAL TERMS AND CONDITIONS OF PURCHASE The Purchaser means LANKA IOC PLC with its office at Level 20, West Tower, World Trade Centre, Echelon Square, Colmbo 01,

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

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017 SATYENDRA NATH BOSE NATIONAL CENTRE FOR BASIC SCIENCES [Funded by the Department of Science & Technology, Government of India] BLOCK JD, SECTOR III, SALT LAKE, KOLKATA- 700 098 PHONE: +91-(0) 33-2335 5706-08,

More information

TECHNICAL OFFER (ENVELOPE I)

TECHNICAL OFFER (ENVELOPE I) TECHNICAL OFFER (ENVELOPE I) SECTION - I SCOPE OF WORK Supply, Installation, Commissioning of approx. 20 Nos. of FRFC at different branches of Jharkhand Gramin Bank in 15 districts of Jharkhand State SECTION

More information

Sports Authority of India, Sports Training Centre, Dharamshala.

Sports Authority of India, Sports Training Centre, Dharamshala. COST Rs. 500/- TENDER NO SPORTS TRAINING CENTRE, DHARAMSHALA (HP) Sports Complex, Near Cricket Stadium, Dharamshala, Distt. Kangra (HP) 176215 Email: stcdharamshala@gmail.com Tele Fax: 01892-224807 TENDER

More information

(SPACE FOR REVENUE STAMPS) TENDERS NOT AFFIXED WITH REQUISITE AMOUNT OF REVENUE STAMPS SHALL BE REJECTED

(SPACE FOR REVENUE STAMPS) TENDERS NOT AFFIXED WITH REQUISITE AMOUNT OF REVENUE STAMPS SHALL BE REJECTED Annexure- A TENDER DOCUMENT (COVER-I) FOR SUPPLY OF HAULAGE ALLIGHNMEN PULLEYS NIT NO: Mgr(P&S)/J/16-635 Dated: 06.12.2016 Due on: 27.12.2016 (SPACE FOR REVENUE STAMPS) TENDERS NOT AFFIXED WITH REQUISITE

More information

General Conditions for Purchase (CG-2)

General Conditions for Purchase (CG-2) Page: 2 of 5 1 Definitions - CLIENT means the party placing an order, being the legal entity as mentioned in the Purchase Order, as well as his legal successors in title; - VENDOR means the party who delivers

More information

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL TENDER DOCUMENT. Ref No. CO/BLR/18-19/m.Ten/003 INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE BENGALURU on behalf of STATE BANK OF

More information

UNIVERSITY OF ALLAHABAD

UNIVERSITY OF ALLAHABAD UNIVERSITY OF ALLAHABAD To, --------------------------------- -------------------------------- ------------------------------- No. UE/156/17 Dated01.03.2017 Subject NOTICE INVITING LIMITED TENDER FOR AMC

More information

TENDER FOR CONSTRUCTION OF ROAD WORK

TENDER FOR CONSTRUCTION OF ROAD WORK TENDER FOR CONSTRUCTION OF ROAD WORK Tender No. TCIL/127/RAJ/RSRDC/08 1 TERMS AND CONDITIONS All materials and workmanship mentioned in the tender shall be as per prescribed terms and conditions, specifications

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

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi DETAILS FOR PUBLISHING BID Bid Ref. No.: MAEF/18-19/ELECTRICITY/01 Name of the Organization: MAULANA AZAD EDUCATION FOUNDATION Type of Organization: Under Aegis of Ministry of Minority Affairs Bid Title:

More information

Central University of Orissa

Central 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 information

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO ADMINISTRATIVE OFFICE, BALAJI NAGAR, SIRIPURAM, VISAKHAPATNAM-530003. Phone: 0891-2747383, Fax: 2746061 E mail : cmgb.aovis@sbi.co.in NOTICE INVITING TENDER Ten No. TEN/004/UPS/AO State Bank of India invites

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

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY F.No.BT/A.18/002/2016 Government of India (Admin Section) Block No.2 and 3 Lodhi Road, CGO Complex, New Delhi - 110003 TENDER DOCUMENT for TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF

More information

Tender closing on

Tender closing on MMTC HOUSE, Plot C-22, Block E, Bandra Kurla Complex Bandra (E) Mumbai 400 051 Telephone:022-61214537 Website: www.mmtclimited.gov.in TENDER FOR SALE OF TOOR WHOLE (FAQ) EX- CWC VASHI Tender No. MMTC/MUM/SALE/TOOR/2015-16/01

More information

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT Page 1 of 9 INTRODUCTION AND GENERAL COMMERCIAL DETAILS 1. The tenderer shall be required to submit the

More information

Software Technology Parks of India Noida

Software Technology Parks of India Noida Software Technology Parks of India Noida BID DOCUMENT (Tender No. STPIN/PUR/QUO/11-12/07 dated 17/11/2011) TENDER FOR HIRING OF VEHICLE SERVICES AT STPI NOIDA 1. MODE OF TENDERING: TWO-BID SYSTEM 2. Tender

More information

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work BALMERLAWRIE & CO. LTD. CONTAINER FREIGHT STATION [No.32, Sattangadu Village, Manali, Chennai-600068 Phone No 25941813 /25942557, Fax No. 25941863 E-mail: shankar.vb@balmerlawrie.net] TENDER NO: BLC/CFS/PIPE

More information

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR NATIONAL INSTITUTE OF DESIGN A Statutory Institute Under DIPP Ministry of Commerce & Industry Government of India PALDI, AHMEDABAD 380 007 Phone: 079 2662 9500, 079 2662 9600 Web Site:www.nid.edu NIT No.

More information

BALMER LAWRIE & CO. LTD.

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

More information

EXTENSION - II OF DUE DATE FOR TENDER SUBMISSION. Ref: Tender Specification No.: 11/ of SE (CTI &Enqs.) / CTI, Dt:

EXTENSION - II OF DUE DATE FOR TENDER SUBMISSION. Ref: Tender Specification No.: 11/ of SE (CTI &Enqs.) / CTI, Dt: TRANSMISSION CORPORATION OF TELANGANA LIMITED Corporate Training Institute :: GTS Colony :: Hyderabad-45 Website: www.transco.telangana.gov.in CIN No.U40102TG2014SGC94248 O/o. The Superintending Engineer(CTI&Enqs),

More information

Ref No /IT/5 04 nd March, Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses

Ref No /IT/5 04 nd March, Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses Ref No. 2010-11/IT/5 04 nd March, 2011 Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses Credit Guarantee Fund Trust

More information

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station AT/P.O: BANHARPALI,; DIST.: JHARSUGUDA, PIN:768234(ODISHA), INDIA Tel. 06645 289354 / 289355 / 289356, Fax: 06645 289355. E mail: bn.das@opgc.co.in;bkmishra@opgc.co.in;purchase@opgc.co.in; SAFE & CLEAN

More information

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

STATE 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 information

TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK,

TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK, TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK, INSTALLATION, CONFIGURATION AND MIGRATION Credit Guarantee

More information

Ref No: NITP/Proc/16-17/13 Date:

Ref No: NITP/Proc/16-17/13 Date: NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India) ASHOK RAJPATH, PATNA-800 005 (BIHAR) Ph. 0612-2371715,2372715,2371929 Fax-061-2660480 Website- www.nitp.ac.in

More information

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender West Bengal Renewable Energy Development Agency Draft General Terms & Conditions of the Tender (1) (a) The Tender shall be submitted in triplicate in 3 (three) separate Sealed Covers (COVER-I, II & III)

More information

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara 1 of 11 STATE LOAD DESPATCH CENTRE 132 KV GOTRI S/S Compound, Nr. TB Hospital, Gotri Road, Vadodara-390021 Fax (0265)2352019 Ph. 0265-232 2206 Website: www.sldcguj.com Email : sldcscada.getco@gmail.com

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

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the,

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the, No. MT/1-Cargo-Transportation/PS/2014-15/8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the, 16-10-2014 TENDER NOTICE The Director of Transport, A&N Islands, Port

More information

Created with Print2PDF. To remove this line, buy a license at:

Created with Print2PDF. To remove this line, buy a license at: NO: RITES/ROC/O&M/BSP BHILAI/MAN POWER SUPPLY/978 NEW Dated:- 26/06/2012 Dear Sir, SUBJECT: Limited Tender for supply of Skilled Man power (Below 58 years) on contract basis and Retired Railway Staff to

More information

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

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

More information

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER IMPORTANT: TENDERERS SHOULD READ THE TENDER PAPERS CAREFULLY; SUBMISSION OF TENDER SHALL MEAN THAT THE TENDERER HAS READ AND UNDERSTOOD ALL THE TERMS AND CONDITIONS OF THE TENDER AND AGREES AND BINDS HIMSELF/THEMSELVES

More information

TENDER NOTICE AIR CONDITIONING AT EDC HOUSE PANAJI

TENDER NOTICE AIR CONDITIONING AT EDC HOUSE PANAJI 1 TENDER NOTICE AIR CONDITIONING AT EDC HOUSE PANAJI Sealed and Superscribed Tenders by Two Envelope System are invited by EDC Ltd. from Agencies Contractors who meet Minimum Prequalification Criteria

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 SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018)

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018) TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR 2017-18 (w.e.f. 1/08/2017 to 31/03/2018) TCN No.10/OMC/ROG/2017 Dtd.27/06/2017 Sealed quotations are invited

More information

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

INDIAN INSTITUTE OF MANAGEMENT NAGPUR INDIAN INSTITUTE OF MANAGEMENT NAGPUR TENDER DOCUMENT Group Mediclaim Insurance Policy (GMC) & Group Personal Accident Policy (GPA) for IIM Nagpur PGP Students Pre-Qualification Client Stores and Purchase

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

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

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-21014/16/2013-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

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION.

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION. TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION. ARCHITECTS S. NANDEDKAR & ASSOCIATES 103, UTKARSHA UMANG AJNI SQUARE, NAGPUR-15 TEL: - 2252945, CELL: - 9823294893, 9823040281

More information

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu.

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu. -1- INSTRUCTION OF BIDDERS : 1. Offers are invited on behalf of the Diu Municipal Council, Diu. 2. The offer documents consisting a General conditions, specification, conditions of contract price bid etc.

More information

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043, TEL (033) 2439-7415, 2439-4114, 2439-6613, 2439-7413. FAX: +91 33 2439 7632 / 5607 E-mail : braithwaite_co@yahoo.com, web site:

More information

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles. TRIBAL DEVELOPMENT CO-OPERATIVE CORPORATION OF ORISSA LTD.Rupali Square, Bhoi Nagar, Bhubaneswar. 751022 Tel. 0674-2542475 / 2542617. Fax-2544828. Email: admin@tdccorissa.org No.1988 Date. 06/09/2017 Detail

More information

Created with Print2PDF. To remove this line, buy a license at:

Created with Print2PDF. To remove this line, buy a license at: NSPCL/BHILAI MAN POWER SUPPLY CONTRACT NO: RITES/ROC/O&M/MANPOWER SUPPLY/NSPCL BHILAI/1014 Dated: 16.10.2012 Dear Sir, SUBJECT: Limited Tender for supply of Retired Railway Staff to work on lump sum remuneration

More information

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES INVITATION FOR QUOTATIONS FOR CONSTRUCTION OF CIVIL WORKS UNDER SHOPPING PROCEDURES To Dear Sirs, Sub : INVITATION FOR QUOTATIONS FOR CONSTRUCTION

More information

STANDARD TERMS FOR SPARE PARTS AND/OR SITE SERVICES

STANDARD TERMS FOR SPARE PARTS AND/OR SITE SERVICES STANDARD TERMS FOR SPARE PARTS AND/OR SITE SERVICES Definitions Term Contract Meaning the contract formed between Client and Contractor for the supply by Contractor of the Scope of Supply. Contractor 7

More information

ALLAHABAD BANK (HO: 2, N.S.Road, Kolkata) NOTICE INVITING TENDER

ALLAHABAD BANK (HO: 2, N.S.Road, Kolkata) NOTICE INVITING TENDER ALLAHABAD BANK (HO: 2, N.S.Road, Kolkata) NOTICE INVITING TENDER Sealed tenders in two bid system are invited from reputed manufacturers / authorized Dealers for supply & installation of Modular Table

More information

TENDER DOCUMENTS FOR REMNANT LIFE ASSESSMENT (RLA) STUDY. HRU-1 Boiler (MP Boiler Reg. No: MP/3741) AND. HRU-2 Boiler (MP Boiler Reg.

TENDER DOCUMENTS FOR REMNANT LIFE ASSESSMENT (RLA) STUDY. HRU-1 Boiler (MP Boiler Reg. No: MP/3741) AND. HRU-2 Boiler (MP Boiler Reg. TENDER DOCUMENTS FOR REMNANT LIFE ASSESSMENT (RLA) STUDY OF HRU-1 Boiler (MP Boiler Reg. No: MP/3741) AND HRU-2 Boiler (MP Boiler Reg. No: MP/3742) AND CONNECTED ACCESSORIES, PIPING IN CPP PLANT AT N.F.L.,

More information

PERMIT TO ENTER YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT

PERMIT TO ENTER YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT PERMIT TO ENTER PERMIT NO: YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT KIWIRAIL OFFICE DETAILS OFFICE: Area Office, KiwiRail Network, CONTACT: PHONE NO: Mob Fax PROTECTION

More information

5) The bidder shall submit copy of P.F. Registration Number.

5) The bidder shall submit copy of P.F. Registration Number. A: ELIGIBILITY & PERFORMANCE CRITERIA 1) The bidder shall submit the name and address of the firm / company along with its constitution such as sole proprietorship / partnership / Limited concern etc in

More information

TERMS OF SALE. or, if no date is specified, 14 Working Days after the date of the written quotation (unless extended by NZ Steel in writing).

TERMS OF SALE. or, if no date is specified, 14 Working Days after the date of the written quotation (unless extended by NZ Steel in writing). New Zealand Steel s Terms of Sale set out below ( Terms ) are the terms applying to all sales of New Zealand Steel products in New Zealand. Effective as at 1 July 2016 1 APPLICATION 1.1 These Terms shall

More information

MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai Ph.No:

MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai Ph.No: 1 MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai 600 068 Ph.No: 044 2594 5319 purchase6@madrasfert.co.in NOTICE INVITING TENDER WEB ADVERTISEMENT INDUCTION MOTORS TENDER No:

More information

TENDER FOR SALE OF CARGO OF PULSES (Green Moong)

TENDER FOR SALE OF CARGO OF PULSES (Green Moong) THE STATE TRADING CORPORATION OF INDIA LTD. (A Govt. of India enterprise) B-1-201 IInd Floor Marathon Nextgen Innova, Opp.Peninsula Corporate Park, Off Ganapatrao Kadam Marg, Lower Parel(W), Mumbai 400

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

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

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS 1) Name and Description of the work STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS NIT NO: 31/2017-18; Dt: 04.01.2018 : AIR CONDITIONING WORKS FOR SBI LADIES CANTEEN, LHO

More information

National Research Development Corporation (NRDC), New Delhi INVITATION FOR BIDS (IFB)

National Research Development Corporation (NRDC), New Delhi INVITATION FOR BIDS (IFB) National Research Development Corporation (NRDC), New Delhi Date: 27th September 2014 INVITATION FOR BIDS (IFB) Supply of Tractor, Trolley and Vehicle for Project funded by Ministry of External Affairs

More information

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

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

More information

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

TRIPURA NATURAL GAS COMPANY LIMITED

TRIPURA NATURAL GAS COMPANY LIMITED TRIPURA NATURAL GAS COMPANY LIMITED GENERAL PURCHASE CONDITIONS (GPC) 1. Consignee: C&P In-charge, TNGC Ltd, Shilpa, Nigam Bhawan, Khejur Bagan, Agartala, Tripura West Any expenditure and/or demurrage

More information

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

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

More information

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

(F.No. IG/RC-CHN/F&A/Security/1.25/16) INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, KALOOR, KOCHI-682017 Adv Dated 05.09.2016 (F.No. IG/RC-CHN/F&A/Security/1.25/16) NOTICE INVITING TENDER ANNUAL CONTRACT FOR SECURTY SERVICES Sealed

More information

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED - 1 - BIDDING DOCUMENT FOR SUPPLY AND DELIVERY OF COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/068-69 UDAYAPUR CEMENT INDUSTRIES LIMITED HEAD OFFICE JALJALE, UDAYAPUR, NEPAL. PHONE

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