TECHNICAL BID. Tender Number: - KHEP / TECH /STORE/RFQ-39507/ 17/ WT / 04

Size: px
Start display at page:

Download "TECHNICAL BID. Tender Number: - KHEP / TECH /STORE/RFQ-39507/ 17/ WT / 04"

Transcription

1 TECHNICAL BID Tender Number: - KHEP / TECH /STORE// 17/ WT / 04 Sub: Work of refilling of CO2 Cylinders and CO2 Cartridges as and when required variable basis. Due on As per Tender Notice At 3.30 P.M. (if Possible) EMD paid YES/NO Please mention the EMD Receipt No. Date: OR D.D. No. Date: Postal Address: Gujarat State Electricity Corporation Limited Kadana Hydro Power Station Diwada colony, Ta: Kadana, Dist: Mahisagar Gujarat

2 Sub: Work of refilling of CO2 Cylinders and CO2 Cartridges as and when required variable basis. Sr. No. Index Page No. 1. Tender Notice 03 to Qualification criteria Detail Specifications (Tech Bid) 06 4 Annexure-A 7 to 8 5 Price Bid ( Schedule-B) 09 6 General Terms & condition of contract 10 To 13 7 Circular-I 14 8 I N T E G R I T Y P A C T 15 9 Appendix I & II 16 To Format SD & PBG Annexure 21 To Safety Rules 33 To IMPORTANT INSTRUCTIONS 41 Issued to Receipt No. for Tender fees Receipt No. for Earnest Money 2

3 TENDER NOTICE Sub: Work of refilling of CO2 Cylinders and CO2 Cartridges as and when required variable basis. Sealed tenders are invited in two separate envelopes (one for techno-commercial bid and second for price bid) by Addl. Chief Engineer, GSECL, KHEP, Diwada colony , Dist: Mahisagar work for refilling of CO2 Cylinders and CO2 Cartridges as and when required variable basis.from well experienced & resourceful contractors / suppliers and / or registered under appropriate class who have executed similar type of work order in GSECL / Govt. / Semi Govt. / Public Sector Undertaking or Big Industrial house for the following. 1. Tender No. KHEP / TECH /STORE// 17/ WT / 04 2 Estimated value Rs. 1,90,100=00 3 Last date of issue of tender AS PER TENDER NOTICE 4 5 Last date of submission of TECHNICAL BID & PRICE BID (By R.P.A.D. Only) Date of opening (if possible) TECHNICAL BID ONLY Up to 3.00 p.m.on or before due date of tender submission as per relevant tender notice on our web site 1 st page p.m. on due date of opening date of as per relevant tender notice on our web site 1 st page. 6 Earnest Money Deposit Rs. 1901=00 (MSME / Non-MSME) 7 Security Deposit 5 % of total order value 8 Tender fee by Cash / DD Rs. 500=00 9 Validity of rates 60 DAYS 10 Time limit Completion 11 Months 1.1 Tender documents can be viewed & downloaded from our Web-site and Government of Gujarat Web-site The tender will be received only by Regd. Post A.D. / Speed Post addressed to Addl. Chief Engineer, Gujarat State Electricity Corporation Ltd, Kadana HEP, Diwada colony , Dist: Mahisagar 1.3 The Earnest Money Deposit & tender fee should be paid by a Demand Draft only in favor of GUJARAT STATE ELECTRICITY CORPORATION LTD. drawn on Bank of Baroda at Diwada Colony. E.M.D. & tender fee will be accepted up to Hrs. up to the date of opening of the Tender. Tenders without tender fee & E.M.D. or with part payment of tender fee & E.M.D. will not be considered in any circumstances. The details of tender fee & E.M.D paid should be submitted separately in a letter giving details of payment of Tender fee & E.M.D. i.e. Demand Draft only in the cover prescribed as EMD cover. In Demand Draft for tender fee & E.M.D. should be put inside the cover containing price bid cover-b, such tender may not be considered hence Price bid bid cover-b put separately 1.4 Tenders submitted without Tender fee & Earnest Money Deposit will be rejected and no correspondence in this regard shall be entertained. 3

4 1.5 For Technical scrutiny of documents, tenderer have to submit the documents mentioned in qualification criteria. All required documents should invariably be submitted along with techno-commercial bid, otherwise offer will be ignored. 1.6 Techno-commercial Bids and Price Bids will be opened on the date and time specified above in the office of the Addl. Chief Engineer, Gujarat State Electricity Corporation Ltd., Kadana HEP, Diwada colony , Dist: Mahisagar in presence of those tenderer or their authorized representatives who wish to remain present. 1.7 Gujarat State Electricity Corporation Ltd. reserves the right to accept any tender and to reject any or all the tenders without assigning any reason thereof. 1.8 Earnest Money Deposit will be return to non qualifying tenderer after finalization of order and no interest on the same will be paid. 4

5 Sub:- Work of refilling of CO2 Cylinders and CO2 Cartridges as and when required variable basis.. PRE QUALIFICATION CONDITIONS FOR TECHNICAL BID Party should have to submit the following document along with the technical bid. Sr. REQUIRED DOCUMENTS/DETAILS No. 01 Contractor should produce evidence of having experience of executed a similar nature of jobs during last 7 years in Government/semi Government GEB(GSECL)/ State/ Central/ with the documentary evidence, preferably photo copy and satisfactorily completion certificate from respective department there of: REMARKS BY BIDDER (a) Three similar completed works costing not less than the amount equal to 40% of the estimated cost. or (b)two similar completed works costing not less than the amount equal to 50% of the estimated cost. or One similar completed work costing not less than the amount equal to 80% of the estimated cost. The GSECL may verify the above certificates/documents from respective department, if necessary. The experience certificate from Private Individuals/ Company for whom the works are executed/ being executed, shall not be acceptable. The experience of work carried out by bidder as a sub contractor to the other agency will not be considered 02 Details of minimum tools, tackles and equipments in possession relevant to the job. 03 PAN No. 04 Details of PF Code no from appropriate authority 05 Copy of Contract labour license from the appropriate authorities, duly obtained and or renewed for the entire contract period 06 Group insurance of all the contract labor duly engaged throughout the contract period 07 Conditional tender is liable to be rejected.withdrawal or insertion of conditions unilaterally after opening of tenders will not be permitted unless it so desired by the GSECL. 08 Party should have to submit the details of the registration number regarding service tax along with technical bid (Copy of Service tax registration ) 9 Schedule- A, Terms & Conditions duly signed on each page, deviation if any clearly be brought out. 5

6 Gujarat State Electricity Corporation Limited Kadana Hydro Power Station :Kadana Hydro Power Station TECHNICAL BID Reference No. : KHEP/TECH/STORE//WT/17/04 SUBJECT:-Work Of Refilling of CO2 and CO2 Cartridges as and when requried basis at khep. Sr. No. Description of Material Qty. Reqd Unit 1 Refilling of Nitrogen Gas 7.0 M3 3 Number 2 Refilling of Co2 Cartridge 100 Gram 10 Number 3 Refilling of Co2 Cartridge 180 Gram 10 Number 4 Refilling of Co2 Cartridge 60 Gram 12 Number 5 Refilling of Co2 Gas Fire Extinguisher 22.5 Kg. 2 Number 6 Refilling of Co2 Gas Fire Extinguisher 45 Kg. 54 Number 7 Refilling of Co2 Gas Fire Extinguisher 48 Kg. 12 Number 8 Refilling of Co2 Gas Fire Extinguisher 6.5 Kg. 10 Number 9 Refilling of Co2 Gas Fire Extinguisher 9 Kg. 10 Number Addl. Chief Engineer GSECL,KHEP 6

7 Annexure A SCOPE OF WORKS: 1.Safely unloading and loading of the CO2 cylinders and cartridges in our vehicle. 2. Checking the condition of the CO2 cylinders and cartridges. 3. Checking the condition & operation of valves of the CO2 cylinders and cartridges. 4. Checking & setting of the safety valve as per IS standard of the CO2 cylinders and cartridges. 5. Painting of the CO2 cylinders and cartridges as per IS standard. 6. Fix the sticker as per its specification & suitability. 7. Purging of the CO2 cylinders and cartridges. Before refilling CO2 gas in the CO2 cylinders / cartridges, the purging of CO2 for removal of oxygen trapped in shall be carried out properly. 8.Checking of purity of CO2 gas to be filled in the CO2 cylinders and cartridges.the CO2 to be filled in the CO2 cylinders / cartridges for firefighting should have % purity. 9.Servicing of valves in the CO2 cylinders and cartridges.the valves of CO2 cylinders and cartridges shall be serviced for easy & smooth operation. (The minor parts replacement is under the scope of contractor) 10. Setting of safety valves in the CO2 cylinders and cartridges.the safety valve to be checked for its proper operation & setting pressure should be as per IS Standard IS The CO2 gas filling ration [FR] shall be (Refer IS standard) 12.The filling pressure shall be in the range of 800 lbs/ sq. in to 1000 lbs/ sq. in & it should be as per IS Standard. (Refer IS standard). TERMS & CONDITIONS : 1.Validity of contract : The validity of contract for the work order is 11 months from the date of commencement of first job allotted same will be extended for further 03 (three) months at same rate & same terms & conditions if amount is available. 2. The time limit for individual lot allotted for subjected work is 15 days from the date of handing over of CO2 cylinders / cartridges at your work site, otherwise penalty will be imposed 0.5 % per week up to 10 % maximum of order value. 3. The quantity shown in this work order is approximate & liable to change. Payment will be made as per actual work done within 90 days from the date of receipt of CO2 cylinders / cartridges along with necessary documents at WTPS after work done. 4. To & fro transportation is under the scope of M/s GSECL. Co2 cylinders & cartridges will be handed over to your site & same will be collected from your site by M/s GSECL. 5. If your work is not found satisfactory & not as per terms of the contract, GSECL reserve right to cancel the contract & same contract will be awarded to other party at your risk & cost. 7

8 6 The party shall provide the following documents at the time of delivery as per chief controller of explosives, Nagpur. (1) Guarantee certificate for no leakage of CO2 from filled cylinders / cartridges. (2) Guarantee certificate for healthiness of valve operation. (3) Setting of the safety valves. (4) Purity certificate of filled CO2 gas. (5) Hydro test certificate for CO2 gas cylinders / cartridge. 7. The Contractor shall have to execute Agreement on stamp paper of Rs. 100/- in the prescribed form before commencement of the work. The cost of the stamp papers shall be borne by contractor. 8. Contractor shall have to pay Security 5 % of the order value within 10 days from the date of issue of L.O.I. The amount of SD shall be retained by GSECL till completion of work order. PRE QUALIFICATION CRITERIA: Bidder should submit following documents along with tech bid otherwise offer may be ignored. 1) The bidder should produce evidence of having experience of execution of same nature of works carried out in Govt. / Semi Govt. / GSECL / State/ Central / Railway with the documentary evidence. 2) Certificate issued from chief controller of explosives. 3) License to store compressed gas in cylinder. 4) License to fill compressed gas in cylinder. 5) Latest bank solvency certificate from any nationalized bank for a sum of minimum 20% of Estimated cost. 6) Copy of PAN CARD no. 7) Copy of service tax registration and Tin no. Additional Chief. Engineer GSECL,KHEP, 8

9 SCHEDULE 'B' Reference No. : KHEP/TECH/STORE//WT/17/04 Subject : Work Of Refilling of CO2 and CO2 Cartridges as and when requried basis at khep. Sr.No. Description Unit QTY. RATE Total 1 Refilling of Nitrogen Gas 7.0 M3 Number Refilling of Co2 Cartridge 100 Gram Number Refilling of Co2 Cartridge 180 Gram Number Refilling of Co2 Cartridge 60 Gram Number Refilling of Co2 Gas Fire Extinguisher 22.5 Kg. Number Refilling of Co2 Gas Fire Extinguisher 45 Kg. Number Refilling of Co2 Gas Fire Extinguisher 48 Kg. Number Refilling of Co2 Gas Fire Extinguisher 6.5 Kg. Number Refilling of Co2 Gas Fire Extinguisher 9 Kg. Number Total ONE LAKH NINETY THOUSAND ONE HUNDRED RUPEES ONLY The Rates are Exclusive of Service Tax. Service Tax at prevailing rate, if applicable will be paid by GSECL extra on production of paid evidence/challan. Party Offered rate at Estimated Cost % Below Estimated Cost % Above Estimated Cost Thus, my tender value is Rs. (in words Rs. ). Addl. Chief Engineer GSECL,KHEP 9

10 Sub: Work of refilling of CO2 Cylinders and CO2 Cartridges as and when required variable basis. SECTION: GENERAL CONDITIONS OF CONTRACT 1. The contractor shall at their own expense make all necessary provision for housing water supply and sanitary arrangement for their employee as well as for works and shall pay direct to the authorities concerned all rates and taxes. 2. The contractor shall make their own arrangements for the necessary approach road, for transport of their materials and be responsible for the Compensation on account of damage to crop on Corporations property. 3. All the royalty charges octroi other duties will be paid by the contractor and no extra could be claimed on this account. 4. The organization will supply articles at the place and rates mentioned in schedule A of Tender form. In case of the materials issued either through or with the recommendation of this organization it will be absolutely necessary for the contractor to maintain a correct and honest record of the daily consumption of the said materials/with inside particular reference to the work during the day. The Engineer-in-charge of this department or his authorized agent shall have the right to inspect and check the stores containing these materials and the account for these materials shall be presented for inspection whenever asked for by them. Every facility shall be afforded by the contractors for all these inspections Engineer-in-charge will supply the materials in any quantity as deemed fit. 5. Godawn of sheds hired or constructed for storage of controlled materials and more/ particularly of cement shall be such as would prevent the materials from getting damages in any way. 6. It will be absolutely incumbent o the contractors to have on the site of work only such of the materials as have been dully passed by the Engineer-in-charge Materials that have been rejected must on no account be allowed to remain on the side and in spite of written order to do so any such rejected material is on the site beyond a period of 48 hours, notice the Engineer-in-charge shall have the right to remove it at the risk and cost of the contractor and even destroy it. 7. It must be distinctly understood that the conditions of the contract and of claims in respect of extra work will not be allowed, unless the works to which they relate is clearly without the spirit and meaning of the specifications or unless such work are ordered in writing by the Engineer-in-charge and claimed for in specified manner. 8. On completion of the work, the site shall be cleared by the contractors within the stipulated period, and ground brought to original state and they shall not be entitled for any extra claim on this account. 9. General specification of the latest edition of the P.W.D. Hand Book volume I & II shall also 10

11 apply. 10. When cement is obtained through or with the recommendation or issued by the Corporation it should be understood that the contractors will have to be very careful regarding the handling of the cement bag so as to preserve their serviceability and quality. 11. DAMAGE CAUSES TO WORKS: The work whether fully constructed or not, and all materials, machinery plant tools, temporary building and other things connected there shall be at the risk and in the sole charge of the contractor until the works have been delivered, completed to the Engineer- in-charge and certificate from him to that effect obtained until such delivery the contractor shall at their own cost take all the precautions reasonably necessary to keep all the aforesaid works materials machinery, plant, tools, temporary building and other things connected with the work, free from any loss or damage and in the event to the same or any part there of being lost or damage shall from with within possible speed, reinstate and make good such loss or damage at contractor s own cost. 12. Supply of controlled articles will be invariably recommended after the actual requirements have been carefully scrutinized. In the event of any such materials remaining in surplus in charge of the contract, on account of some modifications either in the design or changes in construction or any other reason will be returned to the department. 13. There will be generally no objection on the component parts of the works being given over to responsible sub contractors but it must be borne in mind that this department would under no circumstances recognize these sub contractors and responsibility of executing the work in accordance with the condition of the contract will entirely rest on the main contractors. The main contractors will therefore always have the very responsible member preferably a technical hand, present on the works with power to sign all work order issued on the site of work and to take requisite actions in the interest of very efficient execution of works. 14. With a view to ensure rapid progress on the works purchaser may store at work sites certain quantities of the materials such as cement etc. and it will be incumbent on the tender to purchase these materials, at the rates mentioned in schedule A of tender form for supply of necessary articles, all necessary help will be tendered but in must be clearly understood that the purchases does not accepted and responsibility for the delay that may be cause in their supply on account of circumstances beyond the purchaser s control. 15. The Engineer-in-charge will fix the hours of work and no work shall be executed beyond that period during night time or in absence of the Engineer-in-charge or his authorized agent. The box measures shall be filled only in the presence of the Engineer-in-charge or his authorized agent. 16. Contractor will be asked to present the sample of materials and the approved sampled will be preserved at the site of work and no change in the approved sample will be allowed without the written permission of the Engineer-in-charge. 17. If any work is not executed according to the specifications and the directions of the Engineer-in-charge the same will be rejected or reduced rate will be allowed as deemed fit by the Engineer-in-charge. 18. Contract will have to communicate the name of his authorized agent who shall be presentation the works and shall be authorized to sign the materials requisitions receive instruction given verbally, or on the order book on behalf of the contractor. 11

12 19. The materials issued to the contractor as per schedule A of the tender shall not be removed from the work and all surplus material at the end of the works which is considered serviceable shall be returned to the organization even the unserviceable material shall be removed only with the prior permission to the E.E. in writing. 20. The contractor will have to sign the conditions of the contract and execute the agreement, send the list of previous works executed solvency certificates and pay up the security deposits, failing to that the tender will be rejected and earnest money deposit will be forfeited. The value of the stamp paper and stamp duty charges shall be borne by the contactor. 21. The contractor must arrange for all transport of materials weighting of material issued at department stores and all such cost include in the rates of schedule B with the loss or above percentage quoted by the contractor for finished work. 22. The competent authorities can delete to any items in the schedule B of the tender order if they fill that the items is not essential to be executed. 23. A schedule of quantities is included in the tender document it shall definitely understood that the Corporation does not accept any responsibility for the correctness or complication of this schedules and this schedule is liable to alterations by commissions, deduction or additions at the description of the Chief Engineer of as set forth in conditions of contract specific percentage less or above shall be quoted by the contractor below the total amount of schedule B. The tender documents shall be written legibly and free from grouser, over written on conversion of figures correction where unavoidable shall be made by crossing out initialing dating and rewriting both in figures and in words in case of my discrepancy in figures the price quoted in words shall prevail. 24. This notice to tenders shall form a part of the contract. 25. The entire work is to be completed within the stipulated time limit from the date of work order. The contractor will not be eligible for any extra for the idle period of work or waiting period that may be required to suit other considerations and no claim for compensation on account of such will be considered. However in case or delay due to circumstances beyond the control contractor either in date of commencement or due to waiting during construction extension time may be considered for completion of work. 26. In case contractor is unable to account for full quantity of materials issued to him from the department stores, recovery will be effected from him at cost rates or market rates prevailing at the time of issue whichever is higher, plus 15% to cover Corporation s departmental supervision charges for all material unaccounted for. 27. Scrap from reinforcement (bars below 1.25 M lengths) not be accepted back and the contractor will be authorized to remove it from the site after completion of works and rendering of accounts with written permission of Engineer in charge not below the rank of Executive Engineer. The corporation will not be responsible for any delay in supply of controlled materials such as M.S. Reinforcement Bars cement etc. however it will hand over to see that there in no delay of materials. Due consideration will be given in granting extension of time for completion of the work if found necessary on account of delay supply of materials. No claim for compensation or for damages for extension in time shall be entertained in this account. All materials inquired by the contractor shall be drawn from the stores by requisition given 12

13 in writing by the contractor at least one week before the requirement of work. The recoveries will be affected in running payment for all material issued up to the date of measurements for the particular bill or the quantities used in the works measured at the description of the Executive Engineer in charge of work. 28. The contractor shall keep one full time qualified Civil engineer at site who shall be fully authorized to receive and comply with such instructions as given by the Executive Engineer. The names of such Engineer with his qualification and experience shall be intimated by the contractor. The E.E. shall have the right to demand the removal of any technical person. Skilled or unskilled work men who in his opinion are considered to cause bad workmanship in the execution of work or to cause indiscipline. 29. Bill shall be submitted by the contractor monthly on or before the date fixed by the E.E., for all works executed in the previous months. 30. SUPPLY OF WATER AND ELECTRICITY: If possible water for construction purpose only may be supplied by the Corporation at one point as decided by the Engineer & recovery for water charges shall be effected at two percent of cost of time as executed in which the water supplied by the Corporation is used as certified by the Engineer in charge Electric supply is required the contractor shall be given Free of cost by GSECL. (Applicable to CIVIL WORKS only). 31. Should this tender be accepted I/We have agreed to abide by and full fill all the terms and provision of Tender and Contract of works as applicable and in default there to forfeit and pay to the Corporation the some of money due. 32. The work will have to be carried out in co ordination with other Agencies on the same site on account of this in case the contractor has to stop or delay his works for same time he will not claim anything extra only Corporation may consider to give suitable extension in time limit if necessary on such account. 33. Any disputes arising out of the contract if not settled mutually, than the same shall be settle by Gujarat Public Work Arbitration Tribunal act

14 Sub:- Work of refilling of CO2 Cylinders and CO2 Cartridges as and when required variable basis. CIRCULAR - I The following are the major obligations to be fulfilled by the Contractors as per the Contract Labor (R&A) Act 1970 and rule mentioned there under: 1. License to be obtained before starting the Work where number of contract laborers in ten or more. 2. Payment to contract laborers has to be made in presence of IRO/LWO. Wages rates for contract laborers are applicable as per the terms and conditions of the license. The contractor shall have to pay wages to workers as notified by Government of Gujarat., from time to time 3. Every contractor shall have to maintain the muster roll and wages register in respect of his contract labor. 4. Every contractor is required to issue employment card, wages slip and attendance card to their laborers. 5. The contractor has to maintain the register No. 13 containing details of contract labors employed by him. 6. Earned leave register/ card as per the Factories Act. And Rules. 7. Other registers required under Contract Labor Rules and the Factories Act. And Rules. 8. Every contractor shall have to obtain insurance policy in respect of the contract labors engaged by him to cover them under workmen s Compensation Act. 9. To send half yearly return to licensing officer as per Rule 82 (1) as per schedule time. 10. Before starting the work as per the contract awarded to him, he should make arrangement to enter into the agreement in the prescribed format on the stamp paper as applicable. Before fulfilling the above requirement the contractor is instructed not to start the work. The responsibility will be on his head in case he fails. 11. Contractor should posses separate P.F. code on their firm, name otherwise their offer may not be considered. All the contractors are informed to adhere to the rules and regulations applicable to them, particularly in respect of the laborers engaged by them, the contractor not fulfilling the obligations will not be allowed or continue with work/ not be held qualified to carry out the work at :Kadana Hydro Power Station. 14

15 I N T E G R I T Y P A C T OUR ENDEAVOUR To create an environment where Business Confidence is built through Best Business Practices and in fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation. GSECL S COMMITMENT PARTY S COMMITMENT To maintain the highest ethical Not to bring pressure recommendations standards in business and professions. from outside GSECL to influence its decision. Ensure maximum transparency to the Not to use intimidation, threat, satisfaction of stakeholders. inducement or pressure of any kind on GSECL or any of it s employees under any circumstances. To ensure to fulfill the terms of To be prompt and reasonable in fulfilling agreement/ contract and to consider the contract, agreement, legal objectively the viewpoint of parties. obligations. To ensure regular and timely release of To provide goods and / or services payments on due dates for work done. timely as per agreed quality and specifications at minimum cost to GSECL. To ensure that no improper is made by To abide by the general discipline to be employees or by anyone on our behalf. maintained on our dealings. To give maximum possible assistance To be true and honest in furnishing to all the Vendors/ Suppliers/ Service information. Provider and other to enable them to complete the contract in time. To provide all information to suppliers/ Not to divulge any information, business contractors relating to contract/ job which facilities him to complete the contract/ job successfully in time. details available during the courses of business relationship to other without the written consent of GSECL. To ensure minimum hurdles to vendors/ suppliers/ contractors in completion of agreement/ contract/ work order. Not to enter into carter/ syndicate/ understanding whether formal/ nonformal so as to influence the price. 15

16 EMD BANK GUARANTEE FORMAT FOR TENDER /ENQ. NO. APPENDIX I (BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100) WHERE AS M/s. (Name and Address of the Firm) having their registered Office at (Address of the Firm s registered Office) (hereinafter called the Tenderer) wish to participate in the Tender No. for of (supply / Erection / Supply & Erection / Work) of (Name of the material / equipment / work) for Gujarat State Electricity Corporation Limited and WHEREAS a Bank Guarantee for (hereinafter called the Beneficiary ) Rs. (Amount of EMD) valid till (mention here date of validity of this Guarantee which will be 4 (FOUR) months beyond initial validity of Tender s offer) which is required to be submitted by the Tenderer along with the Tender. We, (Name of the Bank and address of the Branch giving the Bank Guarantee) having our registered Office at (Address of Bank s registered Office) hereby give this Bank Guarantee No. dated and hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited or any Officer authorized by it in this behalf any amount not exceeding Rs. (amount of EMD) (Rupees ) (in words) to the said Gujarat State Electricity Corporation Limited on behalf of the Tenderer. We, (Name of the Bank) also agree that withdrawal of the tender or part thereof by the Tenderer within its validity or non-submission of Security Deposit by the Tenderer within one month from the date of tender or a part thereof has been accepted by the Gujarat State Electricity Corporation Limited would constitute a default on the part of the Tenderer and that this Bank Guarantee is liable to be invoked and encashed within its validity by the Beneficiary in case of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable to be forfeited by the Beneficiary. 16

17 This agreement shall be valid and binding on this Bank up to and inclusive of (mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by Guarantor change in the constitution of the Bank or the Firm of Tenderer or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given, conceded with or without our knowledge or consent by or between the Tenderer and the Gujarat State Electricity Corporation Limited. NOT WITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to Rs. (amount of EMD) (Rupees (in words). Our Guarantee shall remain inforce till (date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before (date should be 1 month after the above validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under. Place : Date : Please mention here complete Postal Signature of the Address of the Bank with Branch Code, Bank s authorized Telephone and Fax Nos. Signatory with Official Seal. NAME OF DESIGNATED BANKS : 1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the State Government business, which are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank. Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time. 17

18 Appendix-II ON STAMP PAPER OF Rs.100/- FORM OF BANKER S UNERTAKING (For Performance Guarantees (PG) for Guarantee / Warrantee period as per Commercial Terms and Conditions of Tender) We, Bank of hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited, or any Officer authorized by it in this behalf any amount up to and not exceeding Rs. (in words) Rupees to the said Gujarat State Electricity Corporation Limited on behalf of M/s. who have entered into a contract for the supply / works specified below : P.O. (A/T) No. dated. This agreement shall be valid and binding on this Bank up to and inclusive of and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. NOT WITHSTANDING anything contained herein before, our liability under this guarantee is restricted to Rs. (Rupees only). Our guarantee shall remain in force until (date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before (date should be 1 month after the above validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under: Place: Date: Please mention here Complete Postal Address of the Bank with Branch Code, Telephone and Fax Nos. Signature of Bank s Authorized Signatory With Official Round Seal 18

19 NAME OF DESIGNATED BANKS : 1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the State Government business, which are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank. Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time. 19

20 FORM OF BANKER S UNDERTAKING (For SD & PG) (Bank Guarantee on Non-Judicial Stamp Paper of Rs. 100/-) We, Bank of hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the GUVNL / GSECL / GETCO / PGVCL / UGVCL / MGVCL / DGVCL or any Officer authorized by it in this behalf any amount up to and not exceeding Rs. (in words) Rupees to the said GUVNL / GSECL / GETCO / PGVCL / UGVCL / MGVCL / DGVCL on behalf on M/s. who have entered into a Contract for the supply / works specified below : A/T No. dated. This agreement shall be valid and binding on this Bank up to and inclusive of and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. NOTWITHSTANDING anything contained herein before our liability under this guarantee is restricted to Rs. (Rupees only). Our guarantee shall remain in force until. Place: Date: Please Mention here Complete Postal Address of the Bank with Branch Code, Telephone and Fax Nos. SIGNATURE OF THE BANK S AUTHORISED SIGNATORY WITH OFFICIAL ROUND SEAL 20

21 ANNEXURE-I Sr. Details No. 01 Annexure 1 Confirmation (Tick any one) 02 Annexure 2 YES / NO 03 Firm s details as per Annexure 3 YES / NO 04 Copy of the un-priced schedule (Description and quantity of Items offered in price schedule without price). Annexure - 4. YES / NO 05 Work Completion Period as per Annexure- 5 YES / NO 06 Past experience details as per Annexure-6 YES / NO 07 Performance certificates as per Annexure-7 YES / NO 08 ANNEXURE 8 YES / NO 09 ANNEXURE 9 YES / NO 10 ANNEXURE 10 YES / NO 11 ANNEXURE 11 YES / NO 12 ANNEXURE 12 YES / NO 13 Certificate of Important Instruction & certificate-a YES / NO I / WE, confirm that following documents are attached with the technical bid of the offer. Seal of the Firm Date: Signature of the Tenderer NOTE: ALL THE DOCUMENTS SHOULD BE PROPERLY FILED AND SHOULD BE GIVEN FLAG MARKING FOR IDENTIFICATION 21

22 ANNEXURE-II TENDER FOR THE WORK OF ON FIRM S LETTER HEAD I / WE THE AUTHORISED SIGNATORY OF M/S HEREBY CERTIFY THAT M/S IS NOT RELATED WITH OTHER FIRMS WHO HAVE SUBMITTED TENDERS FOR THE SAME WORK UNDER THIS TENDER. SEAL OF THE FIRM PLACE: DATE: SIGNATURE OF THE TENDERER WITH DESIGNATION 22

23 ANNEXURE III Subject: Work of Reference: Tender enquiry No. EC Due on date: / / 2017 In connection with the above subject and reference I/ We confirm the following: 01 I / We, the under signed have read and examined the Scope of Work & requirements during execution of work in tender mentioned under reference along with the Commercial terms and conditions. 02 I/We, declare that our Technical Bid is strictly in line with the Tender specifications/work. 03 Further, I / We also agree that additional conditions / deviations, if any, found in the Commercial terms & conditions, our offer shall be out rightly rejected without assigning any reason thereof. 04 We hereby agree for the terms & conditions laid down in Tender. All the bidders are requested to see and verify the documents of a) General safety rules / norms to be observed by the contractors b) Additional terms and conditions regarding industrial law and other related matters for the tender documents. c) General rules and directions for the guidance of contractor booklet of GSECL, GTPS on our website under heading of Rules for Works And confirm that all the above documents you have verified & certify as below I/we hereby has read the above documents and agree for the Safety Rules, Industrial Laws and Contract Booklet (a, b & c as above) and accordingly submitted My/our offer. Seal of the Firm Date: Name: Status: Name of the Tendering Firm / Agency: Signature of the Authorized Representatives of the firm 23

24 ANNEXURE IV UN PRICED SCHEDULE (COPY WITHOUT PRICES) Sr. No. Details of the Items / Equipments Offered Quantity Offered Firm s Per Annum Production Capacity for the offered item / Items. 24

25 ANNEXURE-V WORK COMPLETION PERIOD The contractor shall construct the whole of the works and hand them over to the GSECL on or before the date specified in the "Special Conditions" and save as herein provided, in no circumstances whatever shall extend or alter the date for the completion of works. Provided always that if in the opinion of the Engineer the completion of the works shall be delayed by any change of original design or by the order of the Engineer, of any altered, modified substituted or additional works or materials omitted or by strikes, lock outs or stoppages of labour, or resolution, riots, civil or political disturbance or by causes directly due to war or by the contractor not being given possession of the site or any part thereof or by the GSECL taking possession of and using the site or any part thereof or the works or any part thereof, whether any non performance of work under the powers herein contained or otherwise or by any non performance of work or non supply of materials to be performed or supplied by the GSECL or by the contractor not receiving any orders, drawings, instructions or directions in time or by the suspensions of the works or by fire, flood exceptionally bad weather tempest, storm, or by from unforeseen circumstances (and whether the same shall be due to any act or omission of the GSECL or its agents or those in their respective service or not) the Engineer may, if in his unfettered discretion, he thinks fit either forthwith or at any later time and from time to time not withstanding that the prescribed or extended time for completion has expired or that the work have been completed, by writing under his hand, extend the time for the completion of the works to such date as he shall appoint. Provided always that unless the contractor makes a written application to the Engineer within one month of the cause of delay and unless the time is extended by the Engineer, the prescribed time shall not be extended notwithstanding delays from the aforesaid foregoing or any other causes of whatsoever kind. 25

26 ANNEXURE- VI DETAILS OF THE EXPERIENCE FOR SIMILAR TYPE OF ITEMS IN LAST SEVENYEARS FROM THE DUE DATE OF TENDER: Sr. No. A 1) ITEMS SUPPLIED TO ORDER REFERENCE No. & DATE ITEMS QUANTITY ORDER FULLY EXECUTED. YES/NO STATUS, IF ORDER UNDER EXECUTION REMARKS GUJARAT ELECTRICITY BOARD/GUJARAT STATE ELECTRICITY CORPORATION LTD: 2) 3) 4) 5) B 1) OTHER STATE ELECTRICITY BOARDS: 2) 3) 4) 5) 26

27 ANNEXURE VII LIST OF PERFORMANCE CERTIFICATES SUBMITTED WITH THE TECHNICAL BID. Party should submit below executed Work Performance Certificate physically along With the Technical Bid. Sr. Name of the Authority by Reference No. & Details of Works No. whom certificate is issued date

28 ANNEXURE VIII Bidder must fill up below details & should place at the top of the Technical Bid. 01 PRICES: [FIRM ONLY] (Please Specify YES / NO.) 02 TAX: [IN PERCENTAGE] 03 Please quote your valid Bank Solvency certificate Details (No. & Date) for 20% value, of the estimated cost. (A copy of Bank Solvency Certificate is to be Submitted physically along with the Technical Bid.) 04 Please quote your Service Tax Registration No. (Also physical Document is required along with the tech. Bid) 05 Please quote your PF Registration No. & Date. (Also physical Document is required along with the tech. Bid) 06 Please quote your Labour License Number. (Also physical Document is required along with the tech. Bid) 07 PENALTY TERMS AGREED : (Please Specify YES / NO.) 08 SECURITY TERMS AGREED: (Please Specify YES / NO.) 09 P.G TERMS AGREED (Wherever applicable): (P.G. - Performance Guarantee) (Please Specify YES / NO.) 10 DETAILS OF EMD PAYMENT (as applicable as below) a) DD No., Date & Name of Bank b) B.G No., Date & Name of Bank 11 Completion of Works (Please Specify YES / NO.) 13 VALIDITY OF THE OFFER AGREED: (Please Specify YES / NO.) 14PAYMENT TERMS AGREED: (P17lease Specify YES / NO.) 14 WORK OFFERED AS PER SCHEDULE-B: (YES/NO) 15 TELEPHONE NOS. & FAX NO: 16 Authorized person of the firm : 17 Name of the proprietor, partners, directors [as the case may be], along with address, telephone, fax no. etc. 18 If Vendor Registration is Done: (If Applicable) (Please submit copy of Vendor Registration approval letter in the EMD cover). 28

29 ANNEXURE IX UNDERTAKING IN REGARD TO QUOTED PRICE (Bidder should not quote their prices in this page) Sub: Undertaking in regard to quoted prices. Ref: Tender No.. All bidders will have to furnish the following undertaking duly filled in, signed and stamped for This is to certify that we have not worked for the subjected tender viz.. to other SEBs / Power Utilities with this tender details of GSECL at lower % price than the % prices quoted in this tender by us for the same item during last Six (6) Months. The prices quoted by us for the same item to other SEBs during the last six (6) months are given below: 29

30 ANNEXURE X (UNDERTAKING IN REGARD TO STOP DEAL / BANNED FOR BUSINESS DEALING / BLACK LIST THEREOF) All Bidders will have to furnish the following undertaking duly filled in, signed and stamped for each quoted item of the tender along with the Technical Bid. Sub: - Undertaking in regard to Stop Deal / Banned for Business dealing / Black list thereof. Ref: - Tender No: I / We Authorized signatory of M/s. Hereby certify that M/s. and their proprietor / any Partner / any directors of the firm is not stop deal and/or banned for business dealing and/or black listed by GUVNL and/or their any subsidiary company viz. GSECL / GETCO / DGVCL / MGVCL / UGVCL / PGVCL. Or any other public sector. 30

31 ANNEXURE XI Bidder should submit following documents physically along with technical Bid. Also confirm the same in this annexure. Sr. No. Details Confirmat ion (Tick any one) 01 Demand Draft for EMD+ Tender fee YES / NO 02 Attested copy of Registration Certificates enlisted with, Govt. /Semi Govt., etc., as stated in Tender Notice. Joint Venture is not acceptable 03 Attested copy of work experience certificate for the similar nature & magnitude of works executed as per requirement in qualification criteria YES / NO YES / NO 04 List of works in progress YES / NO 05 Attested copy of document showing Provident Fund Number in YES / NO Company s name obtained by the bidder 06 Attested copy of Company Registration or Partnership Deed YES / NO 07 Attested copy of Power of Attorney, if any for signing the bid documents 08 Attested copy of Balance Sheet of Profit & Loss account of last 3 financial years duly audited by Chartered Accountant 09 Attested copy of latest Solvency Certificate issued by Nationalized bank OR IDBI, AXIS, HDFC, ICICI bank, the Kalupur Commercial Cooperative Bank Ltd (Not old then one year) YES / NO YES / NO YES / NO 10 Details of equipment, tools & plant immediately available with the YES / NO tenderer for use of this work 11 Details of technical personnel YES / NO 12 Tender document (except Schedule B) duly signed YES / NO 13 Attested copy of PAN Card YES / NO 14 Attested copy of Service Tax Registration. I / WE, confirm that following documents are attached with the technical bid of the offer. NOTE: ALL THE DOCUMENTS SHOULD BE PROPERLY FILED AND SHOULD BE GIVEN FLAG MARKING FOR IDENTIFICATION. 31

32 ANNEXURE XII TECHNICAL DEVIATIONS IF ANY TO BE FURNISHED IN THIS ANNEXURE ONLY AND TO BE SUBMITTED WITH TECHNICAL BID. 32

33 SAFETY RULES GENERAL SAFETY RULES / NORMS TO BE OBSERVED BY THE CONTRACTORS. All the contractors working at Kadana Hydro Electric project shall have to strictly observe the following Safety Rules. Concerned Contractors are responsible for informing & observance of these rules by their supervisors/employees/labours as well as the supervisors/ employees/ labours of agencies/ sub-contractors engaged, if any, by them for the work contract awarded to them. Prior to commencement of the work, Contractor shall have to submit a written assurance on their letterhead to the concerned Sectional Head / Engineer-in-charge that they have thoroughly gone through these Rules, have educated their employees / employees of their sub contractor and will strictly observe the said Rules while execution of work under work contract awarded to them. They will have to indemnify the Corporation for any loss or damage / accident / injury to the Corporation s property / employee or employee of their own in default of non - observing these rules. 01 Persons to be employed for carrying out the work shall possess required qualification, are fully trained and conversant for works to be done. All persons should have gate pass. Register consisting the full details i.e. address, ph no, nearest relative of all persons to be maintained. During the work execution, one trained & competent supervisor should always remain present at site. 02 The contractor shall take all the required safety measures prior to commencement of work on dangerous substances, machineries or area at which cautionary notice is displayed and obtain Line Clear or Work Permit through the concerned Department / Section. 03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, remove all the inflammable material lying at or nearby worksite or cover it properly by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed / vanished prior to commencement of the work. Advance intimation shall be given to concern section / fire section to commence the work in fire prone areas. They should also keep ready all the First Aid Fire Extinguishers / equipments & fire extinguishing media / material like sand / water buckets or other appropriate equipment at such place. 04 Prior to use power / electrically operated hand tools / equipments / machines / gadgets like welding machine, hand grinder, hand drill etc, ensure for its safe operation & use it only if it is found safe to use. Do not use defective, unsafe or improperly maintained equipments. The electrical power supply required to run such equipments shall not be taken directly at their own but shall be obtained through concerned Electrical Maintenance Departments or their authorized persons or under their observations / guidance only. The Electrical Section shall provide temporary electrical connection up to contractor s Mains Board on which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. All such equipments shall invariably be earthed adequately to prevent electrical shock, sparking, short circuit etc. Power cord to be used shall be of adequate capacity, without any joint & shall consist of earth wire also. Hence, it is necessary to use adequate capacity 3-wire power cord for single & 5-wire power cord for three phase power connections. The plugs, receptacles, pins, holders etc shall be of adequate capacity & safe to use. All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used during work execution shall be of standard make & bear ISI certification mark on it. The consumables like welding electrodes, grinding wheels / discs etc which has specific prescribed life span shall not be used in any case if its expiry date is over. 33

34 05 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as per the job requirement. Do not work without use of required P.P.Es. Contractor is responsible to provide standard make (ISI approved) Personal Protective Equipments / Safety Gadgets suitable to give sufficient protection against hazards involved in their work / job to their staff, as per the job requirement and insist / enforce their staff to put on the same while at works. The ongoing work is liable to be stopped at any time if your staff found working without P.P.Es. Following is the list of various P.P.Es. to be used for various works / worksites. 01 Industrial Safety Helmet Protection of Head against falling objects or during fall of person from height. 02 Safety Goggles (Grinding, Welding, etc). protection of Eyes against flying particles / dust, chemical splash,spark,arc,flashover etc. 03 Face shield (Half or full) protection of Face against flying particles / dust chemical splash, spark, arc, flashover etc. 04 Ear plug/ear muffs ears/ hearing system protection while working in high noise level area. 05 Apron(Rubber/PVC/Asbestos/Lea ther /Cotton) body protection against chemicals, oils, sharp edges, heat, hot objects etc. 06 Gloves(Rubber/PVC/Asbestos / Leather //Electrical shock proof) protection of hands against chemicals, sharp edges objects, heat, hot metals. objects, electricity 07 Safety / Leather / Asbestos shoes, Gum Boots etc. etc. protection of legs & feet against falling objects, sharp edged objects, heat, hot metals / objects, electricity etc. 08 Safety Belt(fully body) /rope /Life line / fall prevention system etc. working at heights or depth, working in vessel or in confined space. 09 Dust Respirator/Scarf Protection of respiratory system against dust. 10 Chemical cartridge Respirators Protection against chemical fume, vapor etc. 11 Canister Gas mask Protection against toxic/poisonous fumes/gases. 12 Air supply respirators Working in oxygen deficient zone. 06 Scaffoldings to be used for working at height shall be adequate size & capacity. Obtain the work permit when working at height. While climbing on such scaffolding or working on any structure at height, use of full body safety belt & helmet is compulsory. It is also necessary to fasten chinstraps of the helmet. 07 Contractor or their employee shall not interfere in day-today routine plant activities / works except the work assigned to them, shall not loiter in the areas other than their work jurisdictions, as well as shall not temper / operate / touch the machineries / equipments / auxiliaries with which they are not concerned. Also, the contractor shall strictly instruct their staff not to sit or take rest at / near / below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to accident 08 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod & other waste material shall be removed from work site and the area shall be left safe, neat & clean. 09 In case of any injury / accident while working, it shall immediately be reported to safety department through concerned sectional head / Engineer. The prescribed For any incident occurred but have no injury to any persons should also be informed to safety officer as Near Miss Incident. 34

EMD BANK GUARANTEE FORMAT APPENDIX-I

EMD BANK GUARANTEE FORMAT APPENDIX-I EMD BANK GUARANTEE FORMAT FOR TENDER /ENQ. NO. APPENDIX-I (BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100) WHEREAS M/s. (Name and Address of the Firm) having their registered office at (Address of

More information

TECH / 120 Days from the date of opening of the enquiry Contract Period

TECH / 120 Days from the date of opening of the enquiry Contract Period TECH/ W 01 / 2017 Re-filling of Printer Cartridges & replacement of drum / PCR blade on Rate Contract Basis at GSECL, SSHEP (O&M) Unit, Kevadia Colony. Sealed quotations are invited by the undersigned

More information

Ph: / Fax: / Corporate Identity Number: U40100GJ1993SGC TENDER BOOKLET

Ph: / Fax: / Corporate Identity Number: U40100GJ1993SGC TENDER BOOKLET GUJARAT STATE ELECTRICITY CORPORATION LIMITED KACHCHH LIGNITE THERMAL POWER STATION PANANDHRO, PO: S.K. VARMANAGAR-370 601, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA) Ph: +91 2839 262452/264423. Fax: +91

More information

TENDER BOOKLET TECHNICAL BID. Tender KLTPS-56 / W-565 RFQ-29818

TENDER BOOKLET TECHNICAL BID. Tender KLTPS-56 / W-565 RFQ-29818 GUJA RA T STA TE ELECTRI CI TY CORP ORA TI ON LI M I TED KACHCHH LIGNITE THERMAL POWER STATION PANANDHRO, PO: S.K. VARMANAGAR, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA) Phone: 91-2839-262452 / 264423. Fax:

More information

PUR-F-023 CQ AT 3.30 P.M ( IF POSSIBLE)

PUR-F-023 CQ AT 3.30 P.M ( IF POSSIBLE) CQ- 133 REMOVING SILT MUD DEBRIES FROM STROM DRAIN SITUATED AT OUT SIDE COLONY GATE TO RIVER AT GTPS. DUE ON 10 6 2011 AT 3.30 P.M ( IF POSSIBLE) Pl. Submit your offer by RPAD /Speed Post only. Offer received

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Kadana Hydro Electric Project, Diwada Colony, Taluka Kadana, Dist Mahisagar Ph.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Kadana Hydro Electric Project, Diwada Colony, Taluka Kadana, Dist Mahisagar Ph. TECHNICAL BID Tender Number: - KHEP / TECH /S.Y// 16 / WT / 13 Sub: Oil Filtration work of 75 MVA/2500 KVA Generating Transformers at Kadana Hydro Electric Project / Panam Power House. Due on As per Tender

More information

PUR-F-012 E 1116 E 1116

PUR-F-012 E 1116 E 1116 THERMAL POWER STATION, GANDHINAGAR-382 041. SMALL CASUAL SUPPLY ENQUIRY E 1116 SUPPLY OF SHAFT SLEEVES FOR CLINKER GRINDERS FOR UNIT 1& 2 STAGE-1 GTPS Sealed item rate supply quotations are invited & submitted

More information

THERMAL POWER STATION, GANDHINAGAR WEB CASUAL SUPPLY ENQUIRY

THERMAL POWER STATION, GANDHINAGAR WEB CASUAL SUPPLY ENQUIRY THERMAL POWER STATION, GANDHINAGAR-382 041. WEB CASUAL SUPPLY ENQUIRY E-2742 Supply of Neoprene Rubber Diaphragms for PRDS System Control Valves of 2 x 210 MW of Unit no. 3 & 4 Sealed item rate supply

More information

PUR F 022 WE 181 GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION, GANDHINAGAR SAVE ENERGY FOR BENEFIT OF SELF AND NATION

PUR F 022 WE 181 GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION, GANDHINAGAR SAVE ENERGY FOR BENEFIT OF SELF AND NATION GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION, GANDHINAGAR 382 041 AN ISO-9001-2008 AN ISO-14001-2004 OHSAS 18001:2007 POWERP PLANT E-Mail : gtps@gebmail.com Tel.: 079-23218217/ 23218275(O)

More information

CIN: U40100GJ1993SGC019988

CIN: U40100GJ1993SGC019988 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Kadana Hydro Electric Project,, Diwada Colony, Taluka Kadana, Dist Mahisagar - 389250 Ph. 91-2675 2675-237544, 237544, 237545 Fax: 91-2675 2675-237816 237816

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

WE CARE FOR PEOPLE & ENVIRONMENT AN ISO- 9001:2000 POWER PLANT OUR C.S.T & TIN NO: DTD.30/09/05 OUR G.S.T &TIN NO: DTD.

WE CARE FOR PEOPLE & ENVIRONMENT AN ISO- 9001:2000 POWER PLANT OUR C.S.T & TIN NO: DTD.30/09/05 OUR G.S.T &TIN NO: DTD. CASUAL ENQ: UGBPS/TECH- /12300/Mech-CCPP-II/ Web Casual /33/2010 GAS BASED POWER STATION - UTRAN UTRAN 394 105, DIST. SURAT, GUJARAT, INDIA P&T EXTENSTION NO: (0261) - 2499851, 2499153 FAX: 0261-2499180

More information

TENDER NOTICE No SLDC-02/18

TENDER NOTICE No SLDC-02/18 Office: State Load Despatch Centre,132kv Gotri s/s Compound,Gotri Road, Vadodara-21 Tele.No. (0265) 2352103 / Fax No. (0265) 2352019 Email: sldcscada.getco@gmail.com Website www.sldcguj.com Regd. Office:

More information

CIN-U40102GJ2003SGC PR NO RFQ NO 47678

CIN-U40102GJ2003SGC PR NO RFQ NO 47678 1 ADVERTISED TENDER NOTICE NO 01 /2018-19 CIN-U40102GJ2003SGC042906 PR NO 348402 RFQ NO 47678 Subject :- Tender of Supply & Labour charge for Standard Mesh Type & C.I. Pipe Type Earthing For L.S.T.C. of

More information

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE Corporate Address : Sardar Patel Vidyut Bhavan, Race Course, Vadodara-390007 Corporate Identity No (CIN) : U40100GJ1999SGC036018 STATE LOAD DESPATCH CENTRE 132 KV GOTRI S/S Compound, Nr. TB Hospital, Gotri

More information

TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq

TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq - 37641 Name of Work: Work of replacement of 2 nos. of 33 KV Bushings of BHEL Make, Single phase, 167 MVA, 400/200/33 KV interconnecting

More information

Collective RFQ No.: 1408 Date:

Collective RFQ No.: 1408 Date: Collective RFQ No.: 1408 Date: 07.04.2015 technical details, supporting documents, drawings and technical & commercial deviations (if any), and price details duly signed and sealed on all pages. 6.2 Sealed

More information

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year DIVISION OFFICE, GANDHINAGAR. E TENDER NOTICE NO :- 4-2015-16 SR NO :- 5 PR No: - 249716 RFQ No: - 33935 Sr.No Particulars Description 1 Tender For Work contract for lying of under ground HT cable works

More information

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No:

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No: DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO :- 08-2018-19 SR NO :- 1 P R No: - 352316 RFQ No: - 48684 Sr.No Particulars Description 1 Tender For Tender of labour charges for making fabrications of HT

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

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Page 1 of 19 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ph. 91-288-2344106 Fax: 91-288-2344033, 2344071 e-mail: cegstps.gsecl@gebmail.com Website: www.gsecl.in CIN:U40100GJ1993SGC019988 TENDER BOOKLET

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

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

Save Energy for Benefit of Self and Nation PR NO RFQ NO 48087

Save Energy for Benefit of Self and Nation PR NO RFQ NO 48087 Save Energy for Benefit of Self and Nation ADVERTISED TENDER 65/2018 PR NO 350970 RFQ NO 48087 TO, M/s Name of Work : Labour for Erection of CI Plate/ coil type Earthing of earth terminal at consumer end

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Page 1 of 15 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ph. 91-288-2344106 Fax: 91-288-2344033, 2344071 e-mail: cegstps.gsecl@gebmail.com Website: www.gsecl.in TENDER BOOKLET TECHNICAL BID TENDER NO.

More information

E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme.

E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme. PR No:-324825 / RFQ NO:-44518 Tender Notice No BPL-DO-7-2017-18 E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme.

More information

REQUIREMENT OF STEEL MATERIALS IN MT FOR VARIOUS THERMAL POWER STATIONS.

REQUIREMENT OF STEEL MATERIALS IN MT FOR VARIOUS THERMAL POWER STATIONS. 1 SCHEDULE A CEG/GP-2/6009B(R)/Steel REQUIREMENT OF STEEL MATERIALS IN MT FOR VARIOUS THERMAL POWER STATIONS. SR. NO. STEEL SECTIONS Tender Qty.(MT) Offered Qty.(MT) STAINLESS STEEL PLATES, GRADE SS-304

More information

ADVERTISED TENDER NOTICE NO.: PLN-CO-32 /

ADVERTISED TENDER NOTICE NO.: PLN-CO-32 / PR NO 365764 RFQ NO 51483 ADVERTISED TENDER NOTICE NO.: PLN-CO-32 /2018-19 Name of Work :- Open Tender for Supply & fixing Fire Extinguishers System at ADM block Palanpur Campus. Estimate cost. Rs. 37950.50

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. PGVCL/PROC/1Ph & 3Ph SMC Meter Box/846

TENDER NO. PGVCL/PROC/1Ph & 3Ph SMC Meter Box/846 TENDER NOTICE The Chief Engineer (Material) invites On line Tenders for the purchase of following items. Tender Papers & Specifications may be down loaded from Web site https://pgvcl.nprocure.com (For

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Page 1 of 15 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ph. 91-288-2344106 Fax: 91-288-2344033, 2344071 e-mail: cegstps.gsecl@gebmail.com Website: www.gsecl.in TENDER BOOKLET TECHNICAL BID Tender No:

More information

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK: Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK: SCHEDULE OF ITEMS FOR A.C. WORKS - EXISTING BRANCHES IN THE REGION RO JAIPUR

More information

Rate Contract for Repairing of Computers & Peripherals Tech / W-25

Rate Contract for Repairing of Computers & Peripherals Tech / W-25 SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY 393 151, GUJARAT STATE TECHNICAL BID TENDER NO. TECH / W 25 / 2014 Rate Contract for Repairing of Computers & its Peripherals of GSECL,

More information

MGVCL/PP/4032/Metal LTDB

MGVCL/PP/4032/Metal LTDB MADHYA GUJARAT VIJ COMPANY LTD. Regd. Office: Sardar Patel Vidyut Bhavan, Race Course, Vadodara - 390 007 Phone No. 0265-2327481 / 2310583-86 Fax No. 0265-2337918 / 2338164 / 2340692 e-mail :aceproc.mgvcl@gebmail.com

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

NORTH 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 (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 information

ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41. Website:

ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41. Website: ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41 Name of work: Purchase of Steel cupboards Full/Half/Glass Door for Audit Section & HR Section of Corporate Office Building.

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

TENDER NO.PGVCL/PROC/Polymeric DO Fuse/862

TENDER NO.PGVCL/PROC/Polymeric DO Fuse/862 TENDER NOTICE The Chief Engineer (Material) invites On line Tenders for the purchase of following items. Tender Papers & Specifications may be down loaded from Web site https://pgvcl.nprocure.com (For

More information

Page 1 of 15 TENDER BOOKLET TECHNICAL BID. Tender No: 14 / 15 / 2014 (TMD / 28647) TMD RFQ-28647

Page 1 of 15 TENDER BOOKLET TECHNICAL BID. Tender No: 14 / 15 / 2014 (TMD / 28647) TMD RFQ-28647 Page 1 of 15 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ph. 91-288-2344106 Fax: 91-288-2344033, 2344071 e-mail: cegstps.gsecl@gebmail.com Website: www.gsecl.in TENDER BOOKLET TECHNICAL BID Tender No:

More information

Tender No. KHEP/TECH/10/3/07 for Repairing, Renovation & fixing of components for Sumesh make 5000 LPH Transformer oil filter machine at KHEP.

Tender No. KHEP/TECH/10/3/07 for Repairing, Renovation & fixing of components for Sumesh make 5000 LPH Transformer oil filter machine at KHEP. KADANA HYDRO ELECTRIC PROJECT DIWADA COLONY-389 250, TA: KADANA, DIST: PANCHMAHAL Phone : 02675 237544/45, Fax No : 02675 237816. e-mail: khep@gebmail.com Tender No. KHEP/TECH/10/3/07 for Repairing, Renovation

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

SYNDICATEBANK: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120)

SYNDICATEBANK: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120) NAME OF THE WORK:BRANCH TRANSFORMATION AS PER ANANYA GUIDLEINES: AMRAVATI MAIN BRANCH (5120): ELECTRICAL WORKS. SYNDICATEBANK: SCHEDULE OF ITEMS: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120) No Specifications

More information

PVC-Door W-159 SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY , GUJARAT STATE TECHNICAL BID

PVC-Door W-159 SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY , GUJARAT STATE TECHNICAL BID SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY 393 151, GUJARAT STATE TECHNICAL BID Tender Notice No: GSECL / SSHEP / TECH / 04 / 2015 / S &W TENDER NO: CIVIL / W-159 Providing & fixing

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

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

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. EHV O&M DIVISION, RATNAGIRI RE-TENDER DOCUMENT

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. EHV O&M DIVISION, RATNAGIRI RE-TENDER DOCUMENT MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. RE-TENDER DOCUMENT Tender Specification number Name of work Estimated cost EE/EHV O&M DN/RTN/Tech/ET-14/18-19 (RFX No. 7000010687) SRM RE-Tender for

More information

: To be filled by the tenderer :

: To be filled by the tenderer : DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO-01-2018-19 SR NO : 3 P R No :- 349415 RFQ No :- 47849 Sr.No Particulars Description 1 Tender For Open tender for muffing works for IPDS/DDUJGY scheme for

More information

TENDER. Tender Notice No. MRC - 13 ( )

TENDER. Tender Notice No. MRC - 13 ( ) TENDER Tender Notice No. MRC - 13 (2018-19) Tender for Electrical Concealed Wiring & LAN Wiring Work for Division office Morbi at Second & Third Floor of existing Circle Office Building at Morbi. Page

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

TENDER NOTICE NO.01/2016. Sub: Providing Security Services on Contract basis

TENDER NOTICE NO.01/2016. Sub: Providing Security Services on Contract basis OFFICE OF THE PRINCIPAL COMMISSIONER CUSTOMS, CENTRAL EXCISE AND SERVICE TAX NAGPUR-I COMMISSIONERATE Post Box No.81, Civil Lines, Telangkhedi Road, Nagpur 440 001. Tel. (0712) 2564292 / 2551317 F.No.I(22)43/2015/Admn./

More information

TECHNICAL BID PART I

TECHNICAL BID PART I Save Energy for Benefit of Self & Nation Operation & Maintenance unit of Sardar Sarovar Hydro Power Old ADM Building, Kevadia Colony 393151 Dist: Narmada Phone: (02640) Office: 233022 Extn: 24/25/28/29,

More information

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

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

More information

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

LIFE 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

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

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

More information

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

Ref. No. P&S/F.2/OR/198/ Date:

Ref. No. P&S/F.2/OR/198/ Date: Corporation Bank (A Premier Public Sector Bank) Printing & Stationery Division 8th Cross, Gandhi Nagar, Near Lady Hill Circle Mangaluru 575 003 (Karnataka) Phone: 0824-2453015/ 2454007; FAX: 0824-2456298

More information

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM] STANDARD BID DOCUMENT for ERECTION OF OVERHEAD & UNDERGROUND NETWORK PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM] The bidder must submit

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

TECHNICAL BID. T 4452 (E-Tender I.D. No. ) Subject: Supply of Various Pulleys for CHP I and II of GSECL Ukai TPS. EMD D. D. No.

TECHNICAL BID. T 4452 (E-Tender I.D. No. ) Subject: Supply of Various Pulleys for CHP I and II of GSECL Ukai TPS. EMD D. D. No. GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: ukaitps@gebmail.com. Website: www.gsecl.in

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

NOTICE INVITING TENDER

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

More information

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot. Page 1 of 7 RFQ No:- Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot. ESTIMATED AMOUNT:- Rs. 1,00,000/- Tender Notice No:-

More information

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION 1 P a g e Uttar Pradesh Rajkiya Nirman Nigam Ltd 168 C, Ashok Nagar, Ranchi (Jharkhand) Ref:

More information

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

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

More information

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

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

More information

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE (Autonomous Institution of DSIR, Ministry of Science & Technology) 2 nd Floor, Core IV-B,

More information

PURCHASE POLICY FOR PROCUREMENT OF PSC POLES

PURCHASE POLICY FOR PROCUREMENT OF PSC POLES PURCHASE POLICY FOR PROCUREMENT OF PSC POLES GUJARAT URJA VIKAS NIGAM LIMITED RACE COURSE VADODARA Page 1 of 25 Blank Paper Page 2 of 25 INDEX 1. BACKGROUND:-... 4 2. VENDOR REGISTRATION POLICY:-... 5

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

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

PR NO RFQ NO 41580

PR NO RFQ NO 41580 Save Energy for Benefit of Self and Nation ADVERTISED TENDER PR NO 304470 RFQ NO 41580 TO, M/s Name of Work : Labour for Erection of CI Plate/ coil type Earthing of earth terminal at consumer end of Jagudan

More information

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I Reserve Bank of India Estate Department Lucknow Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow Part I Name of Tenderer : Address : Date of Submission : 14:00 hrs on

More information

Corrigendum 2 to bid document no. REPL/CUGL/OLC/001/18

Corrigendum 2 to bid document no. REPL/CUGL/OLC/001/18 Corrigendum 2 to bid document no. 07.08.2018 Subject Bid Document No. : Supply of Online 1200 SCMH Engine Driven CNG Compressor Package : This has reference to the subject tender. The corrigendum to the

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Fax: Website:

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Fax: Website: GUJARAT STATE ELECTRICITY CORPORATION LIMITED Wanakbori Thermal Power Station, Taluka Thasra, Dist Kheda 388239.. Ph. 91-2699 2699-235522 235522 Fax: 91-26 2699 99-235607 235607e-mail: wtps.ceg@gebmail.com

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

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company)

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company) SJVN LIMITED (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company) DOIMUKH HEP (80MW) ARUNACHAL PRADESH TENDER DOCUMENT (PCD-14/2015) Page 1

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

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

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

6 Earnest Money Deposit Rs. 17, Date of Opening of Price Bid Hrs.

6 Earnest Money Deposit Rs. 17, Date of Opening of Price Bid Hrs. 1 Tender No. 2 Description of Item 3 (a) Estimated Cost (b) Tender quantity 4 Consignee 5 Cost of Tender Document (Non Refundable) PART I [SCHEDULE A ] DGVCL/SP/5049/ Currency Counting & Fake note detection

More information

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 ADDRESS TO: ITI, BHUBANESWAR AT-NEAR GOVERNOR HOUSE, UNIT-8, PO- NAYAPALLI, BHUBANESWAR-751012 1. Last date of submitting receiving

More information

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS BOARD OF SCHOOL EDUCATION HARYANA, BHIWANI 1 BRIEF INFORMATION ON BID DOCUMENT

More information

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

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

More information

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

Office of the Sutahata Panchayat Samiti

Office of the Sutahata Panchayat Samiti Office of the PP...OO...- -- SSuutttaahhaatttaa DDiiisssttt:::- -- PPuurrrbbaa MMeeddiiinniiippuurrr PPiiinn:::- --772211663355 TENDER NOTICE N.I.T. No. WBEO/SUTAHATA/7/2015-16 Memo. No.605 /Tender /2015

More information

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi -110067 NOTICE With the approval of the competent authority the tender of the Annual Maintenance Contract of Sewage

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

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

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

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

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

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION - RAJKOT TENDER

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION - RAJKOT TENDER GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION - RAJKOT TENDER NAME OF WORK : 66 KV Vikram-Kangsiyali-Shapar-Shidheshwer D/C panther conductor tower line tension location insulator

More information

COMMERCIAL TERMS & CONDITIONS FOR SUPPLY

COMMERCIAL TERMS & CONDITIONS FOR SUPPLY Register office: Vidyut Bhavan, Race Course, Vadodara-390 007 Telephone No. [0265] 5512101/15 Fax No. [0265] 2344537 Website: www.gsecl.in email:cegen.gsecl@gebmail.com COMMERCIAL TERMS & CONDITIONS FOR

More information

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018 TENDER DOCUMENT Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018 I Sealed Offers are invited for the Supply of 150 nos of Safety Gum Boots as per the SCHEDULE OF REQUIREMENT (Ref: ANNEXURE

More information

REGIONAL OFFICER. Page 1 of 11

REGIONAL OFFICER. Page 1 of 11 CENTRAL BOARD OF SECONDARY EDUCATION, REGIONAL OFFICE New No:3, (Old No:1630-A), J Block, 16 th Main Road, Anna Nagar (West), Chennai 600 040 Phone No: 044-26162213/26162214 TENDER NOTICE Date: 06.01.2016

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

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

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

More information

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

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

More information

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE ODISHA CONSTRUCTION CORPORATION LTD. (A GOVT. OF ODISHA UNDERTAKING) CENTRAL WORKSHOP, RASULGARH, * * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE The

More information

APPAREL EXPORT PROMOTION COUNCIL

APPAREL EXPORT PROMOTION COUNCIL APPAREL EXPORT PROMOTION COUNCIL Inviting sealed tender for Annual Maintenance Contract of 02 Façade cleaning machines installed in Apparel House building, Sector-44, Gurgaon Date Sheet S.No Description

More information