Tender for Proposal for Appointment of Project Management Agency under GOI s DDUGJY & IPDS BY DGVCL.

Size: px
Start display at page:

Download "Tender for Proposal for Appointment of Project Management Agency under GOI s DDUGJY & IPDS BY DGVCL."

Transcription

1 Tender for Appointment of Project Management Agency to assist the for preparation of DPRs, Bid document & Program Management of implementation of infrastructure for Electricity Distribution/Transmission from concept to commissioning under DDUGJY & IPDS SCHEME. Tender for Proposal for Appointment of Project Management Agency under GOI s DDUGJY & IPDS BY DGVCL Single Stage Two-Envelope Procedure RFP/Tender Identification No: DGVCL/SD&P/2003/Appointment of PMA The last date for online submission of tender is This draft document is meant for the exclusive purpose of RFP and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued.

2 TENDER NO.: DGVCL/SD&P/2003/Appointment of PMA SUB: - Notice inviting tender for appointment of project management agency (PMA) for consultancy work to be implemented in entire DGVCL area under DDUGJY & IPDS scheme during 12th & 13th plan. The power distribution company (DISCOM), Dakshin Gujarat Vij Company Ltd.(DGVCL) propose to implement Deendayal Upadhyaya Gram Jyoti Yojana (DDUGJY) and Integrated Power Development Scheme (IPDS) of Ministry of Power,Govt. of India. DDUGJY & IPDS Scheme is proposed to be implemented in entire DGVCL area. In order to implement the DDUGJY & IPDS, Addl. Chief Engineer (SD&P) of DGVCL invites On line Tenders (e-tendering) for the Tenders for Appointment of Project Management Agency (PMA) for consultancy work to be implemented in DGVCL under DDUGJY& IPDS during 12th & 13th plan. TENDER DOCUMENTS WILL NOT BE ISSUED IN PHYSICAL FORM FROM THIS OFFICE. Tender Papers & Specifications may be down loaded from Web site (For view, down load and on line submission) and GUVNL / DGVCL web sites & (For view & down load only). Tender fee may be paid along with submission of tender in EMD cover, for respective tender. All the relevant documents of tenders to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to ADDL. CHIEF ENGINEER (SD & P) DAKSHIN GUJARAT VIJ COMPANY LTD., URJA SADAN, CORPORATE OFFICE, NANA VARACHHA ROAD, KAPODRA, SURAT NO COURIER SERVICE OR HAND DELIVERY will be allowed. No tender shall be accepted /opened in any case after due date and time of receipt of tender irrespective of delay due to postal services or any other reasons and that the DGVCL shall not assume any responsibility for late receipt of the tender. The brief details regarding tender are as under: Sr. No. 1 DETAIL DESCRIPTION OF N.I.T. Estimated value of project cost proposed for IPDS is Rs Cr. and for DDUGJY is Rs Cr. amounting to total of Rs Cr. during 12 th and 13 th plan to entire area of DGVCL. (Project Cost may very on actual approval) PARTICULARS Rs. 1,50,00, Earnest Money Deposit in Rs. Rs. 1,50, On line (e-tendering ) tender / offer up to 17:00 3 submission last date (This is mandatory ) HRS Physical submission of all the relevant up to 17:00 4 documents, last date by RPAD or SPEED POST HRS only 5 6 Tentative Date of opening of Tender fee, EMD cover and technical bid (if possible) physical as well as on line opening Tentative Date of on line opening of Price bid, (if possible) 11:00 HRS 11:00 HRS

3 7 Price to Tender Document (nonrefundable) Rs. 7, Appointment of Project Management Agency (PMA) for consultancy 8 Type of Tender work to be implemented in entire area of DGVCL under DDUGJY & IPDS during 12th & 13th plan. AS PER THE NOTICE OF THE INVITATION OF TENDER (NEWS PAPER ADVERTISEMENT), THE TENDER IS INVITED ON E-TENDERING (ON LINE) SYSTEM, FOR WHICH FOLLOWING CONDITIONS ARE MANDATORY AND ANY DEVIATION WILL BE FOUND IN THE OFFER, THE TENDERS / OFFERES WILL BE OUTRIGHTLY REJECTED AND NO ANY FURTHER COMMUNICATION IN THE MATTER WILL BE ENTERTAINED. [A] All the relevant documents as per requirement of the Tender are also to be submitted physically along with the Tender Fee, EMD cover in sealed cover on OR before due date and time. All such documents should be strictly submitted by RPAD/speed post only. Otherwise the offer will not be considered and no any further communication in the matter will be entertained. All the relevant documents as per Schedule-A of tender are required to be submitted physically in EMD Cover Document only, on OR before due date and time. [B] If any deviation is found in Data/Documents/Details or submission made in physical and On Line mode, the Data/Documents/Details of online mode will be considered as final. [C] It is mandatory for all the bidders to submit their tender documents by both forms viz. on line (e tendering) and physically in schedule time. If tender documents submitted in only any one form, say either by on line or physically, in that case the same tender will not be considered. [D] Bidders are requested to submit price bid (Schedule B) in on-line (etendering form) only and not to submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form, same will not be opened and only on-line submitted price bid will be considered for evaluation. [E] Documents mentioned as per tender terms and condition shall be submitted / uploaded in Annexure-11 of the technical bid in online mode. In case of non attachment of mandatory document or attachment of wrong document, bid will be rejected out rightly at DGVCL discretion. Any technical questions, information and clarifications that may be required pertaining to this enquiry should be referred to the ADDL. CHIEF ENGINEER (SD & P) DAKSHIN GUJARAT VIJ COMPANY LTD., URJA SADAN, CORPORATE OFFICE, NANA VARACHHA ROAD, KAPODRA, SURAT DGVCL reserves the right to reject any OR all tenders without assigning any reasons thereof. (Ms. P. R. Sharma) Addl. Chief Engineer (SD&P)

4 Download Tender Documents in (PDF Format) which consists of: Part I : Commercial Terms & Conditions Part II: Technical Specifications & GTP S, Schedule A indicating the quantities & items, drawing if any. To view the PDF file please use Acrobat Reader software which can be downloaded from Adobe website. NOTE: In case bidder needs any clarification or if training required for participating in online tender, they can contact the following office: (n) Procure Cell (n) code solutions-a division of GNFC Ltd., 403, GNFC Infotower, S.G. Road, Bodakdev Ahmedabad ( Gujarat ) Toll Free: ( Ext. 501, 512,516, 517, 525 ) Phone No / 316 / 317 Fax: / nproucre@gnvfc.net Other terms & conditions are as per tender documents

5 SCHEDULE - A TENDER NO: DGVCL/SD&P/2003/APPOINTMENT OF PMA The power distribution company, Dakshin Gujarat Vij Company Ltd. (DGVCL) propose to implement Deendayal Upadhyaya Gram Jyoti Yojana (DDUGJY) and Integrated Power Development Scheme (IPDS) of Ministry of Power, Govt. of India. DDUGJY & IPDS Scheme is proposed to be implemented in entire DGVCL area. In order to implement the DDUGJY & IPDS, Addl. Chief Engineer (SD&P) DGVCL invites On line Tenders (e-tendering) for the tenders for Appointment of Project Management Agency (PMA) for consultancy work to be implemented in DGVCL under DDUGJY& IPDS during 12th & 13th plan. TENDER DOCUMENTS WILL NOT BE ISSUED IN PHYSICAL FORM FROM THIS OFFICE. Tender Papers & Specifications may be down loaded from Web site (For view, down load and on line submission) and GUVNL / DGVCL web sites & (For view & down load only). Tender fee may be paid along with submission of tender in EMD cover, for respective tender. All the relevant documents of tenders to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to ADDL. CHIEF ENGINEER (SD & P) DAKSHIN GUJARAT VIJ COMPANY LTD., URJA SADAN, CORPORATE OFFICE, NANA VARACHHA ROAD, KAPODRA, SURAT NO COURIER SERVICE OR HAND DELIVERY will be allowed. Advertised e-tenders for Appointment of Project Management Agency (PMA) for DDUGJY work are invited from the reputed consultant. NOTE: IMPORTANT 1 The Technical cum Commercial and Price bid along with specified Bid Security and cost of Tender documents should reach the office of the ADDL. CHIEF ENGINEER (SD & P) DAKSHIN GUJARAT VIJ COMPANY LTD., URJA SADAN, CORPORATE OFFICE, NANA VARACHHA ROAD, KAPODRA, SURAT , not later than the submission date and time..(no Courier Service will be allowed) 2 Seal and signature at Annexure- important Instruction & all tender documents/specification etc. is MUST. EMD COVER MUST CONTAIN THE FOLLOWING (3.1,3.2 & 3.3): Documents 3 towards payment of TENDER FEE AND EARNEST MONEY DEPOSIT (EMD) should be kept in the Bid Security /EMD cover only. [3.1] Details and document as per clause no. 11 (commercial term & conditions) of the tender for EMD requirements. Clause no.11 of Commercial Terms and Conditions is modified as under. The exemption in payment of EMD shall be given to the Small, Cottage & Tiny industrial units registered under small scale industries of Govt. of Gujarat and holding subsequent registration with CSPO/NSIC/DGS&D registration certificates for the item under tender subject to furnishing of the authenticated notary certificate copy of the above certificates. No relaxation shall be given to the bidders having valid SSI/NSIC certificate of Outside Gujarat State. No relaxation shall be given to the bidders having only one registration number from Government of Gujarat but no subsequent registration with CSPO/NSIC/DGS&D registration certificates for the item under tender.

6 Other text matter of Clause no.11 of Commercial Terms and Conditions remains unaltered [3.2] Qualification criteria :the following qualification conditions: Annual Turnover Should have minimum average annual turnover of the bidder for last three audited financial years should have at least Rs.10 Crores. Should have positive net worth in the last three audited financial years In case bidder is a consortium of Firms, turnover of each member may be detailed separately year wise. All the members of consortium shall have to fill above particulars, separately. Joint Venture/ Consortium/any kind of association may be allowed. In that case joint turnover of all constituents will be considered for evaluation purposes. #Proof: Annual Audited Financial Statements for FY11-12, FY12-13 & FY ] Experience: The bidder should have experience of minimum consultancy of 3 (Three) projects with Cumulative Project volume cost of not less than 500 Crs. in one or more utility (i.e. Power/Gas/Water/Telecom sectors) company or one infrastructure (rail/road/port/airport) company in last seven years. Projects includes providing consulting (Strategy, Advisory, Efficiency Improvements, Implementation, Program Management) Engagements with assistance to utility in design/engineering, installation, testing & commissioning in last seven years. At least one of these projects should have been in successful operation for at least one year. Same should be proven with Experience certificates, Acceptance/Performance reports and Work Order for completion of work done, in support of the qualifying requirements, clearly establishing the start and end date of the project, scope of work and worth of project, on client letterhead. Must have provided DPR assistance or procurement assistance or implementation or program management engagement in the last three audited financial years for a utility company. The bidder should have rich experience of supervision, project management, and monitoring, close supervision including SLA (Single Line Assessment), FMS (Feeder Management System) etc. for infrastructures including lines, sub-stations, underground cable etc. up to 66KV level including bar-chart monitoring, reporting MIS generation etc. in the electrical distribution system and experience in IT applications in utility. Project Management Services/ Construction/ Erection/Commissioning/ Testing/ Supervision/ Monitoring / overall Contract Administration including quality control and timely completion of the project work, SLA,FMS for distribution networks up to 66KV power distribution system (PSS) Transformers, U/G cable, Overhead, ABC lines etc, including bar chart monitoring, reporting, MIS generation. The bidder will submit completion and experience certificate in this regard. #Proof: Proof of credentials for experience should be the following: The same should be supported by an undertaking from the Company Secretary Auditors certification along with Undertaking by Company Secretary with clear mention of the project details and its value (including go-live dates and current status of project) #(Proof: Technical Requirements (for consultancy/ implementation experience)

7 Experience certificates and/or Acceptance reports and Work Order and/or LOA from the owners/client for completion of work done, in support of the qualifying requirements, clearly establishing the start and end date of the project, scope of work and worth of project, on client letterhead. The supporting proof document must be labelled as original/true copy/translation, as the case may be, and the same shall necessarily be signed and authenticated by the Authorised Signatory of bidder. The owner/client contact details shall be provided against each project experience proof being submitted. Dedicated team for implementation of projects: PMA shall create a dedicated team for implementation of projects at field & HQ levels including necessary man power and requisite infrastructure like office, logistics etc. to strengthen the implementation and monitoring and ensuring timely implementation of the project. The team personnel proposed for this project must have relevant consulting or implementation experience in their respective area of work. The Bidders should have at least 20 minimum specified number of engineers on its rolls having experience of at least 5 years as per the above qualifying requirements Proof (for II. C.): Self signed resume of employees, further authenticated & signed by the authorised signatory of bidder need to be submitted. Scanned signatures shall be accepted. In absence of the above [3.1], [3.2] & [3.3], technical bid will not be opened. 4 The tender is invited for entire area of DGVCL for DDUGJY & IPDS, after finalization of the said tender, the detailed order will be issued. Bidders will have to abide all the terms and conditions against Letter of Intent / Order placed. 5 REFUND OF EMD: Earnest Money Deposit (EMD) will be returned / refunded to the successful bidder, only on their submission of Performance Bank Guarantee against the execution period (i.e. Security Deposit (S.D.)) against the order placed on them. 6 AREA OF WORK The tender is invited for entire area of DGVCL for DDUGJY & IPDS. The successful bidder will have to work anywhere in jurisdiction of DGVCL. 7 ONLY FOR GUJARAT BIDDER/S: PERFORMANCE GUARANTEE TOWARDS EXECUTION OF ORDER (SECURITY DEPOSIT)/ PERFORMANCE GUARANTEE (TO COVER WARRANTY/GUARANTEE PERIOD): The Small, Cottage and tiny Industrial units of Gujarat State having the registration number under Small Scale Industries of Government of Gujarat have to submit the security deposit of (i.e. performance Guarantee towards execution 6% of total value of order instead of 10 % of order value mentioned in clause no. 12 and performance Guarantee towards warrantee/guarantee (PBG-W) 2% of total value of order as mentioned in clause no. 47 of tender commercial terms and conditions. However, all other conditions & text matter of this clause remains unchanged. The above relaxation in payment of performance Guarantee towards execution period (Security Deposit) and towards Guarantee / warrantee period shall be given

8 to the small, cottage & Tiny industrial Units registered under small scale industries of Govt. of Gujarat and holding subsequent registration with CSPO/NSIC/DGS&D registration certificates for the item under tender. It is mandatory for the bidders of Gujarat state to submit the notarized copy of valid SSI certificate or applicable valid acknowledgement of memorandum filed by Small, cottage and tiny industrial units with the District Industrial Centre (DIC) of Gujarat State and notarized copy of subsequent registration certificate of CSPO/NSIC/DGS&D otherwise bidder have to pay the security deposit 10% of the order value and performance guarantee towards warrantee/guarantee amount of 2% of the order value as mentioned in clause no.: 12 and clause no.47 respectively of tendered commercial terms and conditions. No relaxation shall be given to the bidders having only one registration numbers from Government of Gujarat but no subsequent registration with CSPO/NSIC/DGS&D registration certificates for the item under tender. No exemption as well as relaxation shall be given to outside Gujarat based parties. Other than above all successful bidders have to submit the security deposit (i.e. performance Guarantee towards execution) as per clause no. 12 of tender commercial terms and conditions (i.e. 10% of order value) and performance Guarantee towards warrantee/guarantee(pbg-w) as per clause no. 47 of tender commercial terms and conditions (i.e. 2% of order value) 8 In clause no. 11, 12 & 47 of commercial terms and conditions of tender, wherever Bank Guarantee is / are to be submitted towards EMD, Performance Guarantee towards execution of period/security Deposit, Performance Guarantee towards Warranty / Guarantee etc., DGVCL would accept Bank Guarantee issued by the following Banks. Bank Guarantees issued by following banks will be accepted as Performance Guarantee (PG) for execution of work Period & Performance Guarantee (PG) for Warrantee Period (if required). All Nationalized Banks including the Public Sector Bank - IDBI bank Ltd. (A) Private sector banks authorized by RBI to undertake State Government business which are; (at present Axis Bank; HDFC bank & ICICI bank) (B) Guarantees issued by following Banks will be accepted as SD/EMD for period up to March 31, The validity cut-off date in with respect to date of issue of Bank Guarantees irrespective of date of termination of BG. i) Commercial Banks 1. Kotak Mahindra Bank 2. Yes Bank 3. RBL Bank (The Ratnakar Bank Ltd) 4. Induslnd Bank 5. Karur Vysya Bank 6. DCB Bank 7. FEDERAL Bank 8. South Indian Bank ii) Co-operative Banks of Gujarat 1. The Kalupur Commercial Co-operative Bank Ltd. 2. Rajkot Nagrik Sahakari Bank Ltd. 3. The Ahmedabad Mercantile Co-operative Bank Ltd.

9 4. The Mehsana Urban Co-operative Bank Ltd. 5. Nutan Nagarik Sahakari Bank Ltd. 6. Dena Gujarat Gramin Bank BG issued by Banks other than above will not be accepted. Cheques are not acceptable. Corporate Guarantees is not Allowed. If Bank Guarantee (s) is / are submitted of the bank other than above banks, it will not be accepted by DGVCL and in such case it will be considered as Bank Guarantee (s) is / are not submitted and action will be taken accordingly. Bidders may note the same 9 In clause no.: 11 EMD, please read Corporate Guarantees not allowed instead of Corporate Bank Guarantee not allowed. 10 It should be clearly understood that the DGVCL will not reimburse any cost incurred by the bidders for the preparation of offer, site visit, collection of information, signing of contract or negotiations. 11 Bidders should observe a high standard of ethic during the selection process and in the execution of this contract. 12 Any bid i.e. Technical, price or Bid Security cover received after the due date and time will not be accepted and the offer will be categorically ignored without any Communication. 13 Bidders have to submit their offer in line with the requirements as specified in the Bid Document. 14 The bid, even though fulfilling the specified qualifying requirements/eligibility criteria as specified in the bid document, are liable to be disqualified in case of non-compliance to the followings by the bidders :- The bidder shall not be in litigation with GUVNL or/and any of its subsidiary company. Any litigation against any of above companies shall out rightly disqualify the bidder. The bidder should not make misleading or false representations in the forms, statements and attachments submitted in proof of the qualifying requirements. - The Bidder should not have a record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completions, litigation history, or financial failures etc. in earlier works executed with DGVCL or any other utility. -The Bidders should not be blacklisted by any company, Board, organization or Government body. 15 DGVCL reserves all rights to reject any or all tenders without assigning any reasons thereof. 16 Bidders are advised to visit our website ; or regularly till submission of Bid for any updates. 17 PERFORMANCE GUARANTEE TOWARDS SUPPLY/EXECUTION OF OREDER (SECURITY DEPOSIT) 10 (Ten) % of total value of order as per clause no. 12 of tendered commercial terms and conditions. Last para of Clause no. 12: Performance Guarantee towards execution period of the Commercial Terms and Conditions may be modified as under. If the full Performance Guarantee towards Supply/Execution Period (Security Deposit) amount is not paid within 15 (Fifteen) days after the receipt of the LOA,

10 then the LOA will be out rightly cancelled at the risk & cost of the Tenderer (at the discretion of DGVCL) without entering into any correspondences and this will be binding on the Tenderer and no final A/T will be placed and if placed, it will also be out rightly cancelled. 18 First the Bid Security cover will be opened in the presence of the authorized representative of bidders and if the documents towards payment of Tender fee and EMD and as per (3) above are found in order then only Cover Containing Technical Bid will be opened. All those who are found technically competent to carry out the job will be considered as qualified bidders and only their financial bid will be opened thereafter. 19 Tenure of appointment The term of appointment of the PMA shall be for 36 months. In case of delay in execution of works beyond 36 months, the services of the PMA shall suitably be extended by DGVCL without any additional financial burden and bidders are required to submit extension of PBG one month before expiration of the PBG otherwise bidder has to submit fresh PBG. 20 PERFORMANCE GUARANTEE TOWARDS WARRANTY / GUARANTEE PERIOD: 10 (Ten) % of total value of order as per table of clause no. 47 of tendered commercial terms and conditions. 21 In case DGVCL finds that there is an attempt of cartel in the prices, DGVCL reserves the right to consider or reject any or all the parties offer without assigning any reason thereof. This tender commercial terms and conditions sr. no. to be considered as deleted. 22 Following clauses of tender commercial terms and conditions may please be considered (not applicable) as deleted for this tender. Sr. No. 1 This tender commercial terms and conditions Clause no. below to be considered as deleted. Clause No.2,3,5,6,7,14 TO 21,23 TO 28,30,33,34,39,40,46 TO 57, 63, 65,66,68,71,74,76,82 2 Annx- 5,8,9 23 Payment terms and conditions will be as per tender document. 24 PRICES Bidders are requested to submit price bid (Schedule B) on-line only and not to submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form, same will not be opened and only on-line submitted price bid will be considered for evaluation. Bidders are requested to quote in the prescribed format of price bid of commercial terms and conditions. ( This is compulsory ) 25 Bidder must quote their single price considering every points / parameters / requirements of the tender document and no separate prices to be quoted for any part / parts / accessories of the equipment. If optional price, separate prices will be quoted same will not be considered for evaluation and the only quoted single price, as per price schedule B, will be considered for evaluation. 26 The bid which is not opened due to any reason/s in that case the same will not be returned to the bidder in any case / Circumstances 27 The bidders are requested to submit their bids by on line through our service provider M/s (n) Code Solutions before one day of the due date to avoid complication / dispute at later stage 28 Bidders are informed that their employee authorized in writing will only be allowed as their Authorized Representative for all purpose to deal with DGVCL in respect

11 of this Tender. Non-employee cannot deal/shall not be allowed to deal with the Company. 29 A Check List to be submitted with Physical Bid by the bidder in cover of technical bid. Documents submitted in technical bid should be as per order of check list. This is mandatory. A Check List is to be submitted with Physical Bid by the bidder in cover of Tender fee, EMD Documents and qualifying criteria. 30 It is proposed to have integrity pact, to have best business practices in an atmosphere of trust to provide goods & services for the ultimate benefit of the society and Nation. DGVCL management desires to have an integrity pact attached herewith to be signed by authorized person of vendor. However this document is voluntarily and does not have any legal binding. The copy of such pact is kept at here under. 31 The tender item/s supplied shall be confirming to Indian Standard Specification and also with ISI marking and even after inspection of the lot, if the materials received at site is found without ISI marking, the lot shall be rejected and no further correspondence shall be entertained in this regard. 32 It is mandatory for all the bidders to submit their tender documents by both forms viz. on line (e tendering) and physically in schedule time. If tender documents submitted in only any one form, say either by on line or physically, in that case the same tender will not be considered. 33 OTHER PROVISIONS 1. The Bidder should give a declaration that its bid does not deviate from the tender specification & terms and conditions, and any modification / elaboration added by DGVCL in the bid document. 2. If the DGVCL issue any amendment to the specification / Bid document till the date of opening of this bid document, those amendments will become a part of this document and no separate intimation will be given. This, however, will be no reason for any extension of bid submission date. The bidders are advised to remain updated with the latest amendments issued by DGVCL. The directives and amendments issued by DGVCL will have a superseding effect to the corresponding sections of the specification. The Bidder are also advised to check DGVCL/Nprocure websites regularly for any amendment or addendum. 3. All queries relating to this bid document that the prospective bidder wants to be clarified should be ed to the ID: acesdp@yahoo.in /dgvclsp@yahoo.co.in/dgvclprojects@gmail.com at least 10 days before the last submission date. 4. CORRECTION OF ERRORS a) Proposals will be checked by the Client for any arithmetic errors during the evaluation of the Financial Proposal. Errors will be corrected by DGVCL as follows: i) Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern; and ii) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, or between sub totals and total price, the unit or sub total price shall prevail and the total price shall be corrected. However, the owner shall be entitled to award the contract at the lowest of the prices arrived at from various schedules, identified for that purposes.

12 b) The amount stated in the Financial Proposal will be adjusted by DGVCL in accordance with the above procedure for the correction of errors and shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount of Financial Proposal, its Proposal will be rejected and EMD of the bidder will be forfeited and the Bidder will be liable for other appropriate action as decided by DGVCL. 12. Exact work details will be provided after award of contract to the successful bidder. 13. Any clearances/noc from any authorities are within the scope of bidders. Any damages/accident occurred during the execution of the work, it is the responsibility/liability of the bidders. 16. WORKMAN'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: The bidder/contractor shall cover all his employees under workmen's compensation fund and under the liability insurance. The purchaser shall not be responsible for any payments of compensation to the workers/supervisor of the contractor/bidder for fatal or non-fatal accidents during the pendency of the contract. The Contractor shall comply with all the rules and regulations of local authorities during the performance of his field activities. He shall also comply with the Minimum Wages Act, 1948 and the Payment of Wages Act (both of the Government of India) and the rules made there under in respect of any employee or workman employed or engaged by him or his Sub-Contractor. He shall abide by labour laws. 34 Before submission date of tender, the DGVCL may, if necessary, reply to your written request for clarification concerning the proposed services. However, any delay caused by seeking such clarifications will not be considered a reason for extension in the submission date of your proposal. 35 Clause no.28 of Commercial Terms and Conditions is modified as under. PENALTY FOR LATE DELIVERY: Penalty shall 0.5% per week or part thereof on delayed portion subject as per milestone to maximum 10% of the order value (end cost). General Guide lines: Due consideration will be given for waival / levy of penalty only for the reasons absolutely beyond suppliers control (e.g. Force Majeure conditions as laid down in the DGS & D, Clause reproduced hereunder) for which documentary evidence will have to be provided. No request for waival / levy of penalty will be entertained / reviewed during the execution of order. D.G.S & D. FORCE MAJEURE CLAUSE If, at any time during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of the public enemy, civil commotion, sabotage fires, floods, explosion, epidemics, quarantine restrictions, strikes lockouts or acts of God (hereinafter referred to as event), then provided

13 notice of the happening of any such event is given by either party to the other within twenty one days from the date of occurrence there of neither party shall by reason of such event be entitled to terminate this contract nor shall either party shall have any claim for damages against the other in respect of such nonperformance of delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event has come to end or ceased to exist, and the decision of the Managing Director as to whether the deliveries have been so resumed or not shall be final and conclusive. Provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may at its option terminate the contract provided also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the Managing Director of the company, which shall be final, all unused undamaged and acceptable materials bought out components, and stores in course of manufacture in the possession of the Supplier at the time of such termination or such portion thereof as the Purchaser may be deem fit excepting such materials, bought out component and stores as the supplier may with concurrence of the Purchaser elect to retain. 36 The successful bidder has to execute agreement on Non judicial Stamp paper of Rs. 100/- duly Notarized as per agreement document uploaded herewith within 10 days after the payment of Performance Bank Guarantee (PG) for execution of work Period. The cost of Non judicial stamp & Notary charges will be borne by the successful bidder. The agreement shall be executed between ACE (SD&P) & the authorized representative of successful bidder as mentioned hereunder. If the authorized representative is from a partnership firm, then a certified copy of the registered partnership deed must be attached along with the signatures of other partners who have authorized the particular partner to execute and sign the agreement. If it is a private or public limited firm, a copy of the resolution, authorizing the person to execute & sign the agreement on behalf of the firm, passed by the Board of Directors along with the Company s Seal must be attached with the agreement. If it is a proprietary firm, then the proprietor himself should execute & sign the agreement and his full residential address must be available in the file. Upon submission of security deposit and signing of Agreement, DGVCL shall issue a detailed AT /order incorporating various terms and conditions.

14 DGVCL s COMMITMENT To maintain the highest ethical standards in bus ness and profession l Ensure maximum transparency to the satisfaction of stakeholders To ensure to fulfil the terms of agreement/cont act and to consider objectively the view point of parties To ensure regular and timely release of payment on due dates for work done To ensure that no improper demand is made by employees or by anyone on our behalf To give maximum possible assistance to all the vendors / Supplier / Service Providers and other to enable them to complete the cont act in time To provide all information to supplier/contractors relating to contract/job which facilitate him to complete the contract/j b successfully in time To ensure minimum hurdles to vendors /suppliers / contractors in completion of agreement /contract/work order INTGRITY PACT OUR ENDEAVOUR Date: PARTY s COMMITMENT Not to bring pressure recommendations from outside DGVCL to influence it decision Not to use intimidation, threat, inducement or pressure of any kind on DGVCL or any of its employees under any circumstances To be prompt and reasonable in fulfilling the co tract, agreement, legal obligations To provide goods and/or service timely as per agreed quality and specification at minimum cost to DGVCL To abide by the general discipline to be maintained in our dealings To be true and honest in furnishing information Not to divulge any information, business details available during the course of business relationship to others without written consent of DGVCL Not to enter into carter/syndicate/understanding whether formal/non formal so as to i fl ence the price (Seal& Signature) DGVCL s authority Signatory Name: Designation: (Seal& Signature) Party s authority Signatory Name: Designation:

15 Sr. No. 1 3 CHECK LIST CHECK LIST TO BE SUBMITTED WITH PHYSICAL BID BY THE BIDDER IN THE COVER OF TENDER FEE, EMD DOCUMENTS (Filling of all particulars by marking ( ) is necessary) Particulars Whether bid documents are submitted in three separate covers i.e. EMD cover, technocommercial bid cover. Whether your firm have consultancy work to GUVNL and / or its subsidiary Companies 5 EMD Yes / No Yes / No 9 Is there any deviation in the tender? Yes / No 10 Is there any commercial deviation in the tender? Yes / No Remarks Paid / Not paid If paid a) i) Amount: ii) DD No. & date: iii) Bank: b) i) Rs. : ii) BG No.: iii) Bank: iv)bg valid up to :

16 CHECK LIST (THIS IS MANDATORY) CHECK LIST & DOCUMENTS REQUIRED IN FOLLOWING ORDER TO BE SUBMITTED WITH TECHNICAL BID Sr. No. Documents in following order to be attached Bidder s comment Page no. from/to Tender Documents with duly signed and sealed 1. Whether all pages of Tender Specifications / offer are sealed and signed by the Tenderer. Yes / No 2. Commercial terms and condition with duly signed Yes / No and sealed 3. Annexure-1 with duly filled and signed. Yes / No 4. Annexure-2 with duly filled and signed. Yes / No 5 Annexure-3 with duly filled and signed. Yes / No 6. Annexure-4 with duly filled and signed. Yes / No 7. Annexure-5 with duly filled and signed. Yes / No 8. Annexure-6 with duly filled and signed. Yes / No 9. Annexure-7 with duly filled and signed. Yes / No 10. Annexure-8 with duly filled and signed. Yes / No 11. Annexure-9 with duly filled and signed. Yes / No 12. Annexure-10 with duly filled and signed. Yes / No 13. Annexure-11 with duly filled and signed. Yes / No 14. Annexure-12 with duly filled and signed. Yes / No 15. Annexure-13 with duly filled and signed. Yes / No 16. Annexure-14 with duly filled and signed. Yes / No 17. Annexure-15 with duly filled and signed. Yes / No 18. Certificate-A on firms Letter head Yes / No 19. Notarized copy of power of Attorney in favour Yes / No of a person authorized to sign tender documents 20. Important Instruction with duly signed and Yes / No sealed 22. All Amendment in ascending Order with duly Yes / No signed and sealed. (if any) Certificates 23. ISO Certificate (if register) Yes / No 24. Consultancy License Yes / No 25. Import-Export Code Certificate (if register) Yes / No 26. Photocopy of PAN Card Yes / No Additional Details on Firms letter Head 27. List of Partners/Directors Yes / No 28 Audited annual A/c of last 3 years Yes / No 29 Notarized true copy of Orders Executed in Yes / No GUVNL and their subsidiary companies, i.e. PGVCL/DGVCL/UGVCL/DGVCL. and/or other State owned Utility and/or private utility 30 Notarized true copy of Qualifying criteria as per Yes / No clause (3) above of Schedule-A/Tender

17 document 31 Whether following documents of are submitted Yes / No 31.1 Human Resources details Yes / No 31.2 Details of orders executed Yes / No 31.3 Financial capability Yes / No 31.4 Last three years audited annual account Yes / No 31.5 Bank Guarantee ( For EMD if applicable ) Yes / No 31.6 Company s Article Of Association Yes / No 31.7 Details of Partners / Directors Yes / No 31.8 B.R. / P.A. Authorizing Person to sign on behalf Yes / No of firm

18 TABLE OF CONTENTS DEFINITIONS AND ABBREVIATION BACKGROUND ABOUT DDUGJY & I PDS ABOUT THE DGVCL SECTION-I: INSTRUCTION TO BIDDERS PURPOSE OF THE RFP NAME OF THE DGVCL WEBSITE OF THE DGVCL ADDRESS FOR SUBMISSION OF BIDS VENUE FOR PRE-BID CONFERENCE PERIOD OF ENGAGEMENT CANCELLATION OF APPOINTMENT LANGUAGE OF RFP NUMBER OF COPIES OF RFP PURCHASE OF RFP ELIGIBLE BIDDERS CONFLICT OF INTEREST SUBCONTRACTING CORRIGENDUM COST OF PREPARATION OF RFP SUBMISSION OF RFP RFP OPENING RIGHTS OF USE INTELLECTUAL PROPERTY AREA OF WORK CONFIDENTIALITY BID SECURITY / EARNEST MONEY DEPOSIT (EMD) PRICE OFFER PERFORMANCE SECURITY BID VALIDITY PERIOD ACCEPTABLE BANKS SECTION-II: DATA SHEET SECTION-III: QUALIFYING REQUIREMENTS SECTION-IV: SCOPE OF WORK ROLE OF PMA SECTION-V: BID EVALUATION METHODOLOGY SECTION-VI: GENERAL CONDITIONS OF CONTRACT SECTION-VII: SPECIAL CONDITIONS OF CONTRACT SECTION VIII: CONTRACT FORMS AGREEMENT PERFORMANCE SECURITY ADVANCE - BANK GUARANTEE SECTION-IX: BIDDER RESPONSE FORMS FORM NO F-1: RFP SUBMISSION SHEET FORM NO F-2: CERTIFICATE AS TO CORPORATE PRINCIPAL FORM NO F-3A: PROJECT EXPERIENCE FORM NO F-3B: PERFORMANCE CERTIFICATE FORM NO F-5: CVS FORM NO F-6: DEVIATIONS/NO DEVIATIONS CONFIRMATION, COMMENTS & SUGGESTIONS FORM NO F-7: Memorandum of Understanding(MoU) FORM NO P-1: COST OF SERVICES APPENDIX-1: AGREEMENT APPENDIX -2,3 & 4: BANK GUARANTEE (for Execution of work period) APPENDIX -5: ADVANCE BANK GUARANTEE (If advance Payment required by successful bidder) APPENDIX: Check List APPENDIX: Reports... 85

19 DEFINITIONS AND ABBREVIATIONS The following words and expressions shall have the meanings hereby assigned to them: (a) "Applicable Law" means the laws and any other instruments having the force of law in the Government's country, as they may be issued and in force from time to time; (b) Bank or Banks, refers to all scheduled Indian Banks as per the RBI current list (Schedule-II) (c) Contract means the Agreement entered into between the Purchaser and the PMA Consultant (Supplier), together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein. (b) Contract Documents shall mean the following documents listed, including any amendments there to be read and construed as part of this Agreement, viz.: i. the Detailed award of contract; ii. iii. iv. the Service level agreement; the Special Conditions of Contract; the General Conditions of Contract; v. the Schedule of Supply; vi. vii. the Instructions to bidders; the Purchaser s Notification to the Supplier for Award of Contract; viii. Vendor s response (proposal) to the RFP, including the Bid Submission Sheet and the Price Schedules submitted by the Supplier; ix. Section VIII Contract Forms; x. Acceptance of purchaser s notification (d) Contract Price means the price payable to the Supplier as specified in the Agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract. (e) Day means calendar day. (f) Delivery means the transfer of the Goods and/or Services from the Supplier to the Purchaser in accordance with the terms and conditions set forth in the Contract. (g) Completion shall mean the completion of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract. (h) "Effective Date" means the date on which this Contract comes into force and effect pursuant to Clause 8 of GCC; (i) GCC means the General Conditions of Contract. (j) Goods means all hardware, software, networking equipment and/or other equipment accessories and materials that the Supplier is required to supply to the Purchaser under the Contract. (K) Government means the Government of India unless the context implies the Government of the State of the DGVCL (l) Intellectual Property Rights means any patent, copyright, trademark, trade name, service marks, brands, propriety information, whether arising before or after the execution of this Contract and the right to ownership and registration of these rights (m) "Party" means the DGVCLor the IT Consultant, as the case may be; (n) Personnel" means persons hired by the PMA Consultant as employees and assigned to the performance of the Services or any part thereof; "Foreign Personnel" means such persons who at the time of being so hired had their domicile outside the Government's country; and "Local Personnel" means such persons who at the time of being so hired had their domicile inside the Government's country; Tender for Appointment of PMA Page 19 of 86

20 (o) "Project" means all Activities covered under present contract (p) Purchaser s Country shall mean India. (q) Purchaser means the entities purchasing the Goods and/or Services, as specified in the SCC. It has been used to mean Owner or DGVCL in this document. (r) Related Services means the services to be provided as per the requirements / conditions specified in the Contract. In addition to this, the definition would also include other related/ancillary services that may be required to execute this Contract. (s) "Starting Date" means the date referred to in Clause 8 of GCC; (t) SCC means the Special Conditions of Contract. (u) "Services" means the work to be performed by the PMA Consultant pursuant to this Contract for the purposes of the Project, as described in the Scope of Work hereto; (v) Subcontractor means any natural person, private or government entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the Services is subcontracted by the Supplier. PMA Consultant shall not sub-contract any part of its obligation under the present contract. (w) Supplier means the natural person, private or government entity, or a combination of the above, whose bid to perform the Contract has been accepted by the DGVCL and is named as such in the Agreement, and includes the legal successors or permitted assigns of the Supplier. Supplier has been used to mean PMA Consultant in this document. (x) The MoP is the Ministry of Power, Government of India. (y) The Site, shall mean all identified locations within the State of Gujarat, where the Supplier carries out any installation of Goods or is required to provide any Services. (z) "Third Party" means any person or entity other than the Government, the DGVCL, the IT Consultants or any other party as implied by the usage and context (aa) OEM means the Original Equipment Manufacturer of any equipment / system / software / product. (bb) Kick Off Meeting means a meeting convened by the Purchaser to discuss and finalize the work execution plan and procedures with the ITC. (cc) in writing means communicated in written form with proof of receipt (dd) Utility means the Utility calling for RFP or, in case of multiple utilities, the lead utility / consortium of utilities calling for RFP as per the usage. (ee) Owner means the DGVCL calling for RFP (ff) PMA Consultant means the agency appointed to perform services for the DGVCL under this contract. Tender for Appointment of PMA Page 20 of 86

21 The Programme about Deendayal Upadhyaya Gram Jyoti Yojana (DDUGJY): DGVCL has proposed Rs crore as project cost under DDUGJY scheme. The approval from Monitoring Committee, Ministry of Power, Government of India is still pending. 1. BACKGROUND: 1.1 In rural areas of the country, the agricultural and non-agricultural load (domestic and nondomestic) are typically catered to through common distribution network. The availability of power supply in rural areas is inadequate and unreliable in many parts of the country. The distribution DGVCL resort to frequent load shedding in rural areas to mitigate the gap between supply and demand, which affects power supply to agricultural consumers as well as nonagricultural consumers owing to common distribution network. 1.2 Feeder separation refers to supply of electricity to agricultural consumers and to nonagricultural consumers (domestic and non-domestic) separately through dedicated feeders. This arrangement allows the distribution company to regulate power supply to agricultural consumers as and when needed for effective Demand Side Management (DSM). The separation of feeders helps in flattening of the load curve by shifting the agricultural load to off-peak hours and thus facilitates peak load management. The core objective of separation of feeders is to provide regulated supply to agricultural consumers and continuous power supply to nonagricultural consumers in rural area. 1.3 The demand of electricity in rural areas is increasing day by day due to increase in customer base, changes in lifestyle and consumption pattern which requires continual strengthening and augmentation of distribution network. However, the poor financial health of the distribution DGVCL has resulted in under-investment in the distribution network leading to poor upkeep and maintenance of assets, particularly in rural areas. Therefore, strengthening and augmentation of sub-transmission & distribution infrastructure is also considered necessary to ensure reliable and quality power supply in rural areas. 1.4 In order to facilitate sustainable commercial operations of electricity distribution, it is also important to focus on metering at consumer end for all categories of consumers. Apart from metering at consumer end, the metering arrangement at distribution transformers and feeders would facilitate building up a mechanism for proper energy accounting. This will help in identifying high loss pockets and initiating remedial measures towards reduction of losses. 2. ABOUT DDUGJY scheme 2.1 Govt. of India has launched Deendayal Upadhyaya Gram Jyoti Yojana (DDUGJY) for the rural areas with the following components: (i) Separation of agriculture and non-agriculture feeders facilitating judicious rostering of supply to agricultural & non- agricultural consumers in the rural areas; (ii) Strengthening and augmentation of sub-transmission & distribution (ST&D) infrastructure in rural areas, including metering at distribution transformers, feeders and consumers end; (iii)rural electrification, as per CCEA approval dated for completion of the targets laid down under RGGVY for 12th and 13th Plans by subsuming RGGVY in DDUGJY and carrying forward the approved outlay for RGGVY to DDUGJY; 2.2 The approval has been accorded for components (i) and (ii) above having scheme cost of Rs crore including a budgetary support of Rs crore from Government of India during the entire implementation period. 2.3 The existing programme of Rajiv Gandhi Grameen Vidyutikaran Yojana (RGGVY) as approved by CCEA for continuation in 12th and 13th Plans will get subsumed in this scheme as a separate rural electrification component [component (iii) above] for which CCEA has already approved the scheme cost of Rs crore including a budgetary support of Rs. Tender for Appointment of PMA Page 21 of 86

22 35447 crore. This outlay will be carried forward to the new scheme of DDUGJY in addition to the outlay indicated in para 2.2 above. DDUGJY- Scheme: Scope of Works: The projects under the scheme shall be formulated for rural areas only and will cover works relating to feeder separation, strengthening of sub-transmission & distribution systems including metering of distribution transformers, feeders &consumers and rural electrification component. The details of works covered under the scheme are as under: a. Feeder Separation: (i) Physical separation of HT feeders for Agricultural and non-agricultural consumers a. Erection of HT lines for drawing new feeders and reorientation/re-alignment of existing lines b. Installation of new distribution transformers and augmentation of existing distribution transformers c. Re-location of distribution transformers and associated LT lines for re-grouping of consumers (Agricultural and Non-Agricultural) (ii) Virtual separation of feeders a. Installation of new distribution transformers and augmentation of existing distribution transformers b. Re-location of distribution transformers and associated LT lines for re-grouping of consumers (Agricultural and Non-Agricultural) c. Installation of rotary switch and associated hardware at sub-stations Feeders already segregated by the States DISCOMS / Power Departments shall not be eligible to be covered under this scheme. However, the feeders already segregated by virtual means could be considered for undertaking physical separation under the scheme. b. Strengthening of sub-transmission and distribution system (i) Creation of new sub stations along with associated 66 KV / 33 KV/ 22 KV/ 11 KV lines. (ii) Augmentation of existing sub-stations capa by installation of higher capa/additional power transformer along with associated equipment/ switchgear etc. (iii) Erection of HT lines for reorientation/re-alignment including augmentation of existing lines (iv) Installation of new distribution transformers and augmentation of existing distribution transformers along with associated LT lines, including replacement of burnt out transformers installed under RGGVY programme. (v) Installation of capacitors (vi) Renovation and Modernization of existing sub-stations and lines (vii) High Voltage Distribution System (HVDS) (viii) Arial Bunched Cable for theft prone areas (ix) Micro-grid and off-grid distribution network c. Metering: The installation of meters at sub-stations, feeders, distribution transformers and consumers is important to ensure seamless accounting and auditing of energy at all levels in the distribution system. Accordingly, metering of all feeders and distribution transformers including metering at all input points to the DGVCL shall be ensured under this scheme. The metering component under the scheme shall cover the following: (i) Installation of suitable static meters for feeders, distribution transformers and all categories of consumers for existing un-metered connections, replacement of faulty meters & electromechanical meters. (ii) Installation of Pillar Box for relocation of meters outside the premises of consumers including associated cables and accessories Tender for Appointment of PMA Page 22 of 86

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

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

Tender Notice No. GETCO/TR-II/TL/66kV/S&E/2338

Tender Notice No. GETCO/TR-II/TL/66kV/S&E/2338 Regd. Office: Sardar Patel Vidyut Bhavan, Race Course, VADODARA 390 007. Telephone No.(0265) 2323362 (D) Fax No. (0265) 2339066 (GETCO) / (0265) 2337918/2338164 (GUVNL) Email: ceproject.getco@gebmail.com

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

Vendor Registration Certificate for the tendered item is not mandatory. Bidder has to quote 100% of tender quantity.

Vendor Registration Certificate for the tendered item is not mandatory. Bidder has to quote 100% of tender quantity. ISO 9001:2008 Certified DAKSHIN GUJARAT VIJ COMPANY LIMITED CIN U40102GJ2003SGC042909 Regd. & Corporate Office: Urja Sadan, Nana Varachha Road, Kapodara Char Rasta, SURAT-395 006 Ph.No.0261-2506151/52,

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.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

TENDER NOTICE No. PGVCL/GPRD/008

TENDER NOTICE No. PGVCL/GPRD/008 PO NO - RFQ The Chief Engineer (Tech) - Paschim Gujarat Vij Company Limited (PGVCL) invites bids through On Line for the work Turnkey based project for Supply, Erection, Testing and commissioning of Remotely

More information

Tender Fees Payable (Non-Refundable) Rs 10, Item Wise Estimated Cost of Tender

Tender Fees Payable (Non-Refundable) Rs 10, Item Wise Estimated Cost of Tender ISO 9001:2008 Certified DAKSHIN GUJARAT VIJ COMPANY LIMITED CIN U40102GJ2003SGC042909 Regd. & Corporate Office: Urja Sadan, Nana Varachha Road, Kapodara Char Rasta, SURAT- 395 006 Telephone: (0261) 2506151/52,

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

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

Section 2 - Bid Data Sheet

Section 2 - Bid Data Sheet Page 1 of 7 A. Introduction ITB 1.1 The number of the Invitation for Bids is : GETCO/KFW/TURNKEY/220KV Moti Gop/106 The Employer is: GUJARAT ENERGY TRANSMISSION CORPORATION LTD. The name of the ICB is:

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

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

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 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

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

PO NO RFQ 39846

PO NO RFQ 39846 PO NO - 293678 RFQ 39846 The Superintending Engineer, Uttar Gujarat Vij Company Limited (UGVCL), Circle Office, Sabarmati invites bids through On Line for the Providing & fixing of Chain Link Fencing at

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

Executive Engineer, N.P.Canal Dn. No. 8 Dholka.

Executive Engineer, N.P.Canal Dn. No. 8 Dholka. SARDAR SAROVAR NARMADA NIGAM LIMITED (A Wholly OwnedGovernment of Gujarat Undertaking) Short Tender Notice No. of 12016-17 Online Tenders (E-tendering) for following work(s) of Sardar Sarovar Project are

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

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

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

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

Description. MGVCL/MM /16-17/2077/3Cx240 mm 2 HTXLPE Cable 2

Description. MGVCL/MM /16-17/2077/3Cx240 mm 2 HTXLPE Cable 2 MADHYA GUJARAT VIJ COMPANY LTD. Corporate Office : Sardar Patel Vidyut Bhavan, 5 th Floor, Race Course, Vadodara - 390 007 Phone No. 0265-2327481 / 2310583-86/2350783(D) Fax No.: 0265 2337918/2338164 e-mail

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

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

DAKSHIN GUJARAT VIJ COMPANY LIMITED CIN U40102GJ2003SGC042909

DAKSHIN GUJARAT VIJ COMPANY LIMITED CIN U40102GJ2003SGC042909 ISO 9001:2008 Certified Tender Notice No: DGVCL/SP/12008/ C I Earthing Plate. Sub: Tender for purchase of C I Earthing Plate. ACE (P), DGVCL invites on line Tenders for the supply of C I Earthing Plate.

More information

MCED KOLHAPUR MAHARASHTRA CENTRE FOR ENTREPRENEURSHIP DEVELOPMENT 315/E DATTAJI CHEMBERS, NEAR HOTEL MARATHA REGENCY, NEW SHAHUPURI KOLHAPUR

MCED KOLHAPUR MAHARASHTRA CENTRE FOR ENTREPRENEURSHIP DEVELOPMENT 315/E DATTAJI CHEMBERS, NEAR HOTEL MARATHA REGENCY, NEW SHAHUPURI KOLHAPUR MAHARASHTRA CENTRE FOR ENTREPRENEURSHIP DEVELOPMENT 315/E DATTAJI CHEMBERS, NEAR HOTEL MARATHA REGENCY, NEW SHAHUPURI KOLHAPUR-416001. Telephone No 0231-2662071 E-mail: kolhapurromced1@gmail.com ********************************************************************

More information

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016 त र सनब स क द ल ल 92 Gram: CENBOSEC, Delhi-92 Email:cbsedli@nda.vsnl.net.in Website: www.cbse.nic.in CENTRAL BOARD OF SECONDARY EDUCATION (An Autonomous Organization under the Union Ministry of Human Resource

More information

M - 1. SARDAR SAROVAR NARMADA NIGAM LIMITED (A wholly owned Government of Gujarat undertaking) TENDER NOTICE NO 20 YEAR

M - 1. SARDAR SAROVAR NARMADA NIGAM LIMITED (A wholly owned Government of Gujarat undertaking) TENDER NOTICE NO 20 YEAR M - 1 SARDAR SAROVAR NARMADA NIGAM LIMITED (A wholly owned Government of Gujarat undertaking) TENDER NOTICE NO 20 YEAR 2018-19 1.0 The Sardar Sarovar Project (SSP) is an interstate, multipurpose, major

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. 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

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

at 13:30 hrs

at 13:30 hrs HINDUSTAN AERONAUTICS LIMITED AEROSPACE DIVISION, BANGALORE COMPLEX PB No 7502, NEW THIPPASANDRA POST BANGALORE-560075 E-Mail : maint.aerospace@hal-india.com Web : www.hal-india.com Phone: 0091-080-22315550/551/556

More information

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Ref No.: C.A. No. 02/CIDCO/ACP(BP/S/GIS)/2014/Corrigendum-9 Date: 1 st January, 2015 City and Industrial Development

More information

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION MAHARASHTRA ELECTRICITY REGULATORY COMMISSION REQUEST FOR PROPOSAL E-TENDER FOR EMPANELMENT OF SUPPLIER - FOR SUPPLY OF STATIONERY ITEMS, PRINTING & BINDING WORKS IN MAAHRASHTRA ELECTRICITY REGULATORY

More information

Rs (50% by D.D. 50% by BG) Shall be intimated separately. 10 Prices Variable

Rs (50% by D.D. 50% by BG) Shall be intimated separately. 10 Prices Variable Regd. Office: Sardar Patel Vidyut Bhavan, Race Course, VADODARA 390 007, Gujarat, India Corporate Identity No. (CIN): U40100GJ1999SGC036018 Email: ceproject.getco@gebmail.com, feedback.getco@gebmail.com

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

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

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

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED: 1. Part-I, Commercial, 2. Part-I, Commercial, 3. Part-I, Commercial, 5 of 6.2 M The Effective Date of Contract shall be the date of issuance of LOI (Letter of Intent) by the Owner. 7 of 9.1.1 M Bids must

More information

STANDING COMMITTEE ON ENERGY MINISTRY OF POWER

STANDING COMMITTEE ON ENERGY MINISTRY OF POWER STANDING COMMITTEE ON ENERGY (211) SIXTEENTH LOK SABHA MINISTRY OF POWER DEMANDS FOR GRANTS 211 REPORT LOK SABHA SECRETARIAT NEW DELHI March 21Phalguna 1 (Saka) DRAFT REPORT STANDING COMMITTEE ON ENERGY

More information

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH An Autonomous Institution, Ministry of Human Resource Development,

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

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

for SUPPLY OF HP TONER CARTRIDGE

for SUPPLY OF HP TONER CARTRIDGE SHORT TERM TENDER for SUPPLY OF HP TONER CARTRIDGE Tender no. SPIC/2015/29897/A Date: 24/09/2015 Society for Promotion of Information Technology in Chandigarh ( Under the aegis of Department of Information

More information

Seal & signature of Tenderer

Seal & signature of Tenderer Regd. Office: Sardar Patel Vidyut Bhavan, Race Course, VADODARA 390 007, Gujarat, India Corporate Identity No. (CIN): U40100GJ1999SGC036018 Email: ceproject.getco@gebmail.com, feedback.getco@gebmail.com

More information

Industrial Extension Bureau

Industrial Extension Bureau Industrial Extension Bureau Request for Proposal for Selection of Agencies for supply of USB drive Tender No: indextb/rfp/02/2018 indextb Industrial Extension Bureau Block no.18, 2 nd Floor, Udyog Bhavan

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

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For Price Rs.5000/- No. CCTV/BSEH/18/01 Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2018 To Secretary, Board of School Education Haryana,

More information

STANDARD BIDDING DOCUMENT (SBD)

STANDARD BIDDING DOCUMENT (SBD) STANDARD BIDDING DOCUMENT (SBD) DESIGN, SUPPLY & INSTALLATION OF PLANT & EQUIPMENT (TURNKEY BASIS) STEEL AUTHORITY OF INDIA LIMITED May 2009 Instructions to Bidders (ITB) Form of Contract Agreement with

More information

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019 TENDER NOTIFICATION NO. SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 12 NOS. OF X-RAY BAGGAGE MACHINE WITH COMPREHENSIVE ANNUAL MAINTAINANCE CONTRAT (CAMC) OF 10 YEARS INCLUDING 2 YEARS OF DEFECT

More information

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec Price Rs.5000/- No. CCTV/2017 Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system For HTET Exam Dec. 2017. To Secretary, Board of School

More information

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

MADHYA GUJARAT VIJ COMPANY LIMITED DIVISION OFFICE, BARODA.

MADHYA GUJARAT VIJ COMPANY LIMITED DIVISION OFFICE, BARODA. MADHYA GUJARAT VIJ COMPANY LIMITED DIVISION OFFICE, BARODA. Name of work : Supply and installation Fire Detection and Alarm System at Sardar Patel Vidyut Bhavan, Race Course, Vadodara. Tender documents

More information

ISO 9001:2008 Website: Certified Tender Notice No: DGVCL/SP/12060/ISO 9001:2015 Certi.

ISO 9001:2008 Website:  Certified Tender Notice No: DGVCL/SP/12060/ISO 9001:2015 Certi. DAKSHIN GUJARAT VIJ COMPANY LIMITED CIN U40102GJ2003SGC042909 Regd. & Corporate Office: Urja Sadan, Nana Varachha Road, Kapodara Char Rasta, SURAT- 395 006 Telephone: (0261) 2506151/52, Fax: (0261) 2572636

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

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX: 1 Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata 700 088 Phone: 033 2401 5602, FAX: 033 2401 4081 Notice Inviting Tender Tender no: WML / NIT / 12 / 2015 Dated:

More information

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

NOTICE INVITING e-tender (NIT)

NOTICE INVITING e-tender (NIT) NOTICE INVITING e-tender (NIT) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in

More information

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018 Price Rs. 5000/- Number : 30060/CCTV/Secy-1 Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018 To, The Secretary,

More information

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida ICSI HOUSE, C-36, Sector-62, Noida 201 309 QUOTATION FOR 2KVA UPS Ref: ICSI/PC-2017/RFQ-2706 Date: March 22, 2018 Sealed Quotations are invited for Supply of 2KVA UPS (Microtek/Luminous/APC/Emerson brand)

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

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

More information

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs TENDER NOTICE 1 Department Name GUJARAT WATER SUPPLY & SEWAGE BOARD 2 Circle/Division Public Health Mechanical Circle, Vadodara Public Health Mechanical Division, Valsad 3 Tender Notice No 15/ 2015-16

More information

MGVCL/PP/4067/M S Chhanel/

MGVCL/PP/4067/M S Chhanel/ MADHYA GUJARAT VIJ COMPANY LTD. Corporate Office : Sardar Patel Vidyut Bhavan, 5 th Floor, Race Course, Vadodara - 390 007 Phone No. 0265-2327481 / 2310583-86/2350783(D) Fax No.: 0265 2337918/2338164 e-mail

More information

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE: OFFICE OF THE ASSISTANT COMMISSIONER OF CENTRAL EXCISE, AND SERVICE TAX: DINDIGUL- I DIVISION, POST BOX NO. 47, DOOR NO.68, NEHRUJI NAGAR, R.M. COLONY ROAD, DINDIGUL- 624 001. Office Phone No.0451-2427

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

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

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

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

ACE(Proc)/E-2589/II/Zebra Conductor/ Purchase of

ACE(Proc)/E-2589/II/Zebra Conductor/ Purchase of Regd. Office: Sardar Patel Vidyut Bhavan, Race Course, VADODARA 390 007, Gujarat, India Corporate Identity No. (CIN): U40100GJ1999SGC036018 Email: ceproject.getco@gebmail.com, feedback.getco@gebmail.com

More information

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months TENDER NOTICE 1 Department Name GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED 2 Circle/Division BHARUCH 3 Tender Notice No GNFC/TDI-II/Boundary wall /2017 4 Name of work: Construction of Boundary

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

: 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

(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

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 NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name TENDER NOTICE 1 Department Name GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED 2 Circle/Division BHARUCH 3 Tender Notice No GNFC/Civil/Compound wall/2017 4 Name of Project: 5 Name of Work: Providing

More information

Rajasthan Drugs & Pharmaceuticals Limited (A Govt. Of India Enterprise) Road No.12, VKI Area,Jaipur

Rajasthan Drugs & Pharmaceuticals Limited (A Govt. Of India Enterprise) Road No.12, VKI Area,Jaipur Rajasthan Drugs & Pharmaceuticals Limited (A Govt. Of India Enterprise) Road No.12, VKI Area,Jaipur Tender No: RDPL/ISO/2013/01 Date:- 18/07/2013 Subject: Tender for ISO consultancy services for ISO 9001-2008

More information

EOI for Appointment of Audit Firms for conducting internal audit of REC Power Distribution Company Limited for the Financial Year

EOI for Appointment of Audit Firms for conducting internal audit of REC Power Distribution Company Limited for the Financial Year EOI for Appointment of Audit Firms for conducting internal audit of REC Power Distribution Company Limited for the Financial Year 2014-15 No.RECPDCL/ISO/2014-15/1630 Dated:11/12/2014 By RECPowerDistributionCompanyLimited

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

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

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Page 1 of 20 9 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

More information

INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED)

INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED) INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED) (Joint Venture of TCIL A Govt. of India Enterprise & DSIIDC (An Undertaking of Delhi Govt.) REQUEST FOR QUOTATION (RFQ) For SUPPLY

More information

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company ) E-Procurement NOTICE INVITING TENDERS (e-nit) Sealed E-tenders from reputed and experienced firms are invited in two-bid system for Provision of Printing Facility Inside HSL. 1 Tender Number OS/998/Printing/147/2017

More 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

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

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in

More information

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer) SECTION - II SPECIAL TERMS AND CONDITIONS (Transformer) 1. INTRODUCTION 1.1. The terms and conditions mentioned in this section are in addition to what are stated in Section I (General Conditions of Contract)

More 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

Document Download Start Date & time (e-tender) Lac at Hrs

Document Download Start Date & time (e-tender) Lac at Hrs Tender Reference Broad Head of Material Estimated Value (in Rs.) P-55/2016-17/PC-III 11 KV HT AB Cable 3X120+1X125 sq. mm Document Download Start Date & time (e-tender) 51.04 Lac 23.03.2017 at 14.00 Hrs

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/04/2017 Date: 17.07.2017 Sub: Invitation of sealed quotation for Supply, Installation, Testing & Commissioning

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

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

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

More information

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE FM/NEP/INT/16/17-18 HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE Date:31.01.18 Online E-tenders are invited in Two-Bid System for

More information

RE-TENDER BID DOCUMENT

RE-TENDER BID DOCUMENT Telecommunications Consultants India Ltd. (A Govt. of India Enterprise) Southern Regional Office No.20, Potters Street, Saidapet, Chennai 600 014 (India) RE-TENDER BID DOCUMENT FOR TELECOMMUNICATION WORK

More information

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi -682302 Ref No. P&CS/J14/12055 dated 25.05.2012 TENDER NOTICE Sealed Tenders are invited in two part system (Part

More information

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media Tender Document No.-DMRC/PB/41730026/DM Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media NOTICE INVITING TENDER 2.0 The two proposed Metro stations for inside

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

MANGALORE REFINERY AND PETROCHEMICALS LIMITED NOTICE INVITATION FOR BIDS (IFB) FOR CAPACITY PLATFORMER-2 / CCR-2 / PSA-2 / AT MANGALURU, KARNATAKA Tenders are invited by L&T-Chiyoda Limited, Vadodara (LTC), for and on behalf of M/s Mangalore Refinery

More information