Enlistment of Contractors / Firm for Construction work related to Metro Rail and Infrastructure Projects.

Size: px
Start display at page:

Download "Enlistment of Contractors / Firm for Construction work related to Metro Rail and Infrastructure Projects."

Transcription

1 HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) JANGPURA, NEW DELHI Enlistment of Contractors / Firm for Construction work related to Metro Rail and Infrastructure Projects. N.I.T. NO. HPL/PC/ /37 DATED : ISSUED TO: M/s. Ph- (011) , Fax: - (011) hindprefab@gmail.com Website: -

2 HINDUSTAN PREFAB LIMITED JANGPURA, NEW DELHI Dated: HPL intend to take projects which requires expertise in the field related to Metro Rail like Construction / Laying of Ballast Less Track (Viaduct), Metro Station and Infrastructure work. HPL have to implement various projects as per the requirement of clients with respect to site conditions, the economy and time schedule with high standard of quality. Hence invites agencies capable of taking such type of works as Construction Agency. Such agencies are invited to submit their credentials for empanelment. Interested parties are required to submit their credentials (all the documents should be attested by Notary Public) by HPL reserves the right to accept / reject or cancel all the offers without assigning any reason thereof. Project Coordinator Page-1

3 HINDUSTAN PREFAB LIMITED NIT No. HPL/PC/ /37 Dated: NOTICE INVITING TENDER 1.0 Hindustan Prefab Limited (HPL) is a Government of India Enterprise under the aegis of Ministry of Housing and Urban Poverty Alleviation. It has been acting as the Executing Agency by the various Govt. Deptt. in different States in India including State Government in NER and other Government of India Departments, PSU s, Autonomous bodies etc. 2.0 Hindustan Prefab Limited (HPL) intends to enlist experienced and financially sound Indian Construction Agencies on all India basis for execution of construction works for Metro Rail Project and Infrastructure Development Project. Therefore, offers are invited to register the Construction Agencies for the work upto Rs crores, Rs crores, Rs crores and Rs Crores categories. 3.0 The interested construction Agencies are required to submit their applications to get themselves registered in any of the categories as per Annexure. 4.0 Prequalification documents can be collected from the Office of Project Coordinator, Hindustan Prefab Limited., Jangpura, New Delhi on all working days from am to 5.00 pm upto on payment of Rs. 5000/- (Non-refundable) per set vide Demand draft drawn on any Nationalized Banks in favour of Hindustan Prefab Limited, payable at New Delhi. This document can also be down loaded from our Website The Agencies / Firms who have downloaded the prequalification documents from website shall have to pay above mentioned document cost in the form of Demand Draft drawn on any Nationalized Bank / Scheduled Bank favouring "Hindustan Prefab Limited" payable at New Delhi alongwith the NIT Document. 5.0 Applications should accompany with a Demand Draft/Pay Order of requisite amount as per detail given on Page No. 3 of respective Categories, Non refundable, drawn on a Nationalised/ Scheduled Bank in favour of Hindustan Prefab Limited payable at New Delhi as the application fee for Registration. Registration would be valid for 2 (Two) years or till the completion of ongoing project. 6.0 Interested Construction Agencies should send their applications to HPL s registered office at Jangpura, New Delhi for registration as per the format given in the Annexure. 7.0 HPL reserves the right to accept/ reject any or all applications without assigning any reason thereof. 8.0 Complete applications should be submitted in the office of the Project Coordinator at the above mentioned address on or before Page-2 PROJECT COORDINATOR

4 FORMAT FOR APPLICATION FOR REGISTRATION OF CONSTRUCTION AGENCY FOR ENLISTMENT OF CONTRACTORS/FIRM FOR CONSTRUCTION WORK RELATED TO METRO RAIL AND INFRASTRUCTURE PROJECTS. Category Amount Details of D.D. No./ date, Name of Bank and amount furnished 1. For works upto Rs Crores. 2. For works upto Rs Crores. 3. For works upto Rs Crores. 4. For works upto Rs Crores. Rs.20,000/- Rs.25,000/- Rs.30,000/- Rs.35,000/- 1. Name of the Construction Agency /Firm : 2. Nature of activities of the Organization : 3 Postal Address : 4. Telephone No. (with STD Code No.) : 5. Fax No. : Legal status of the applicant whether Individual / proprietary firm/ partnership Firm/limited Co. (copies of supporting documents to be enclosed) : 8. Name, designation and telephone No. of contact person. : 9. Financial details for the last five years w.e.f to should be Furnished (in Form A ) 10. Details of similar works executed during the last 7 years in Form B. 11. List of projects under execution or awarded (in Form C ) 12. Particulars of completed works and performance of the applicant duly certified by an officer not below the rank of Executive Engineer or equivalent of client Department should be furnished separately for each work completed or in progress (in Form D ). Page-3

5 13. Details of Technical & Administrative Employees (in Form E ) 14. List of construction Plant & Machinery (in Form F ) 15 Copies of registration with CPWD, State PWDs, MES, Railways, Central PSU s or any other Govt. Department. 16. Registration No. with EPF. 17. Registration Nos. of Sales Tax/WCT/Service Tax/PAN/TAN. 18. Labour Cess Registration No. under Building and other Construction workers welfare Cess Act Letter of Transmittal The applicant should submit the letter of transmittal attached herewith on Letter Head of the Construction Agency. 20. An affidavit duly notarized on Rs. 100 non judicial stamp paper that the Construction Agency was never black-listed by any Government (Central/State) Central Public Enterprises. 21. Any other information considered necessary but not included above. Signature of Applicant(s) Page-4

6 INFORMATION & INSTRUCTIONS FOR APPLICANTS 1.0 General: 1.1 Letter of transmittal and forms for pre-qualification are enclosed. 1.2 All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a nil or no such case entry should be mentioned made in that column. If any particulars/query is not applicable in case of the applicant, it should be stated as not applicable. The applicants are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the applicant being summarily disqualified. Applications made by telegram or Fax and those received late will not be entertained. 1.3 The application (Transmittal Letter) should be type written. The applicant should sign each page of the application. 1.4 Over writing should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating and rewriting. Change of rates(s) and/or amount by erasing and/or use of correcting fluid are not allowed and NIT Documents are liable to be rejected. Pages of the pre-qualification documents are numbered. Additional sheets, if any added by the contractor, should also be numbered by him they should be submitted as a package with signed letter of transmittal. 1.5 References, information and certificates from the respective clients certifying suitability, technical know-how or capability of the applicant should be signed by an officer not below the rank of Executive Engineer or equivalent. 1.6 The applicant may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is however, advised not to furnish superfluous information. No information shall be entertained after submission of pre-qualification document unless it is called for by the HPL. 1.7 Any information furnished by the applicant found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/ taking up of work in HPL. If such applicant happens to be enlisted contractor of any class in HPL, his name shall also be removed from the approved list of contractors. 1.8 The application in the prescribed form duly completed should be submitted in the Office of the Project Coordinator on or before Documents submitted in connection with pre-qualification should be got attested by a Notary Public (for the authenticity and genuineness). 1.9 The applicant should attach attested copies of valid Registration under EPF, Service Tax, ST/WCT/VAT, Labour License Building and Other Construction Works Welfare Cess Act 1996, ESIC, Permanent Account No. etc. Page-5

7 2.0 DEFINITIONS 2.1 In this document the following words and expressions have the meaning hereby assigned to them. 2.2 Employer: - Means the Hindustan Prefab Limited. (HPL) 2.3 Applicant: - Means the individual, proprietary firm, firm in partnership, limited company, private or Public or corporation. 2.4 Year means Financial Year unless stated otherwise. 2.5 Scope of Work:- Scope of work shall include civil construction works for Metro Rail Project and Infrastructure Development works. 3.0 ELIGIBLE APPLICATIONS: a) The P.Q. Document for this empanelment will be considered only from those Agencies / Firms (proprietorship firms, partnerships firms, companies, corporations, consortia or joint ventures) who meet requisite eligibility criteria prescribed in the sub-clause 6.1 of NIT and corresponding similar nature of work. In the case of a JV or Consortium, all members of the Group shall be jointly and severally liable for the performance. b) A firm who has purchased the NIT document in their name can submit the NIT either as individual firm or in joint venture/ Consortium. However, the lead partner in case of JV shall be one who has experience of Viaduct/Bridge/Flyover. c) NON SUBSTANTIAL PARTNERS IN CASE OF JV/CONSORTIUM i) Lead partner must have a minimum of 26% participation in the JV/ Consortium. ii) Partners having less than 26% participation will be termed as non-substantial partner and will not be considered for evaluation which means that their financial soundness and work experience shall not be considered for evaluation of JV/Consortium. iii) In case of JV/Consortium, change in constitution or percentage participation shall not be permitted at any stage after their submission of application otherwise the applicant shall be treated as non-responsive. 4.0 METHOD OF APPLICATION: 4.1 If the applicant is an individual, the application shall be signed by him above his full typewritten name and current address. 4.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor above his full typewritten name and the full name of his firm with its current address. 4.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten name and current addresses or alternatively by a partner holding power of attorney for the firm. In the latter case a certified copy of the Power of Attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application. Page-6

8 4.4 If the applicant is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the Power of Attorney. The applicant should also furnish a copy of the Memorandum and Articles of Association duly attested by a Public Notary/ Gazetted Officer. 5.0 FINAL DECISION MAKING AUTHORITY The HPL reserves the right to accept or reject any application and to annual the prequalification process and reject all applications at any time, without assigning any reason or incurring any liability to the applicants 6.0 ELEGIBILITY CRITERIA FOR REGISTRATION 6.1 Successful completion of works of Similar nature * : For works upto Rs.100 Crores For works upto Rs.200 Crores Three works each costing not less than Rs. 40 Crores of cost of project in Crore OR two works of each Rs. 60 Crores of cost of project in Crore OR one work of Rs. 80 Crores of cost of project in Crore in the last 7 years ending last day of the month previous to the month in which tenders are invited. Solvency Certificate (not more than six months old) from a Nationalized/ Scheduled Bank for not less than Rs Crores. The firm should have completed infrastructure work for a value Rs crores related to Metro Rail Project with Central Govt. / PSU. Firm can withstand the cash flow of Rs.8.00 crores for this category. Three works each costing not less than Rs. 80 Crore of cost of project in Crore OR two works of each Rs. 120 Crore of cost of project in Crore OR one work of Rs. 160 Crores of cost of project in Crore in the last 7 years ending last day of the month previous to the month in which tenders are invited. Solvency Certificate (not more than six months old) from a Nationalised/ Scheduled Bank for not less than Rs Crores The firm should have completed infrastructure work for a value Rs crores related to Metro Rail Project with Central Govt. / PSU. Firm can withstand the cash flow of Rs crores for this category. Page-7

9 For works upto Rs.300 Crores For works upto Rs.400 Crores Three works each costing not less than Rs. 120 Crore of cost of project in Crore OR two works of each Rs. 180 Crore of cost of project in Crore OR one work of Rs. 240 Crore of cost of project in Crore in the last 7 years ending last day of the month previous to the month in which tenders are invited. Solvency Certificate (not more than six months old) from a Nationalized/ Scheduled Bank for not less than Rs. 75 Crores The firm should have completed infrastructure work for a value Rs crores related to Metro Rail Project with Central Govt. / PSU. Firm can withstand the cash flow of Rs crores for this category. Three works each costing not less than Rs. 160 Crore OR two works of each Rs. 240 Crore OR one work of Rs. 320 Crore in the last 7 years ending last day of the month previous to the month in which tenders are invited. Solvency Certificate (not more than six months old) from a Nationalised/ Scheduled Bank for not less than Rs. 100 Crore. The firm should have completed infrastructure work for a value Rs crores related to Metro Rail Project with Central Govt. / PSU. Firm can withstand the cash flow of Rs crores for this category. Page-8

10 *Similar nature of work is described here below :- For works upto Rs.100 Crores For works upto Rs.200 Crores For works upto Rs.300 Crores i) Should have completed Via duct / Flyover for a value of ` 5.00 Crores during last five years. ii) Should have completed at least one metro station during last five years. iii) Should have done piling of more than 1000mm dia and 6000 running meters during last five years. iv) Should have executed pre-stressed /post stressed girders constructed during last five years v) Should have completed road work of at least 5 Kms during last five years. vi) Should have completed at least one infrastructure pilling, girders and Road etc. work of more than ` 25 Crores during last five years. vii) Profit before tax should be positive in the last 03 (three) year, out of the last five audited financial year. i) Should have completed ballast less track Via duct / Flyover for a value of ` Crores during last five years. ii) Should have completed at least one metro station during last five years. iii) Should have done piling of more than 1000mm dia and running meters during last five years. iv) Should have executed pre-stressed /post stressed girders constructed during last five years v) Should have completed road work of at least 5 Kms during last five years. vi) Should have completed at least one infrastructure pilling, girders and Road etc. work of more than ` 50 Crores during last five years. vii) Profit before tax should be positive in the last 03 (three) year, out of the last five audited financial year. i) Should have completed ballast less track Via duct / Flyover for a value of ` Crores during last five years. ii) Should have completed at least one metro station during last five years. iii) Should have done piling of more than 1000mm dia and running meters during last five years. iv) Should have executed pre-stressed /post stressed girders constructed during last five years v) Should have completed road work of at least 5 Kms during last five years. vi) Should have completed at least one infrastructure pilling, girders and Road etc. work of more than ` 75 Crores during last five years. vii) Profit before tax should be positive in the last 03 (three) year, out of the last five audited financial year. Page-9

11 For works upto Rs.400 Crores i) Should have completed ballast less track of Via duct / Flyover for a value of ` 20.0 Crores during last five years. ii) Should have completed at least one metro station during last five years. iii) Should have done piling of more than 1000mm dia and running meters during last five years. iv) Should have executed pre-stressed /post stressed girders constructed during last five years v) Should have completed road work of at least 5 Kms during last five years. vi) Should have completed at least one infrastructure pilling, girders and Road etc. work of more than ` 100 Crores during last five years. vii) Profit before tax should be positive in the last 03 (three) year, out of the last five audited financial year. For the prequalification, it is mandatory that the agency shall submit their certificates issued by the client in regard to completion of project which covers all above parameters. All the certificates are to be attested through a Notary Public. For this purpose, cost of work shall mean gross value of the completed work including the cost of materials supplied by the Govt./ Client, but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer/ Project Manager or Equivalent. 6.2 The applicant should have had average annual financial turnover (gross) / net worth of 30% (of the category applying for) on Civil, Electrical, HVAC & Development Construction works during immediate last three years ending 31 st March This should be duly certified by a Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average. 6.3 The applicant should not have incurred any loss in more than three years during the last five years ending 31 st March 2012 which should be duly certified by the Chartered Accountant. FINANCIAL STANDING : The Agency/Firm will be qualified only if they have minimum financial capabilities as below: (i) T-1 Liquidity : It is necessary that the firm can withstand cash flow that the contract will require until payments received from the employer. Liquidity therefore, becomes an important consideration. This shall be seen from the balance sheets and/or from the banking reference. Net current assets and/or documents including banking reference, should show that the applicant has access to or has available liquid assets, lines of credit and other financial means to meet cash flow for the required work in required category, net of applicant s commitments for other contracts. Banking reference should contain in clear terms the amount that bank will be in a position to lend for this work to the applicant/member of the Joint Venture/Consortium. In case the Net Current Assets (as seen from the Balance Sheets) are negative, only the Banking references will be considered. Otherwise the aggregate of the Net Current Assets and submitted Banking references will be considered for working out the Liquidity. Page-10

12 In case of JV Requirement of liquidity is to be distributed between members as per their percentage participation and every member should satisfy the minimum requirement. (ii) Example : Let member-1 has percentage participation = M and member-2 has percentage participation = N. If minimum liquidity required is W then liquidity of member-1 WM and liquidity of member-2 WM T2 Profitability : Profit before Tax should be positive in at least 3 (three) years, out of the last five audited financial years. In case of JV : - The profitability of only lead member shall be evaluated. (iii) T3 Net Worth : Net Worth of Agency/Firm during last audited financial year should be Rs.7.9 crores. In case of JV Net worth will be based on the percentage participation of each Member. (iv) Example : Let Member-1 has percentage participation = M and Member-2 has = N. Let the Net Worth of Member-1 is A and that of Member-2 is B, then the Net Worth of JV will be AM+BN = T4 Annual Turnover for JV : The average annual turn over of JV will be based on percentage participation of each member. Example : Let Member-1 has percentage participation=m and Member-2 has=n. Let the average annual turn over of member-1 is A and that of Member-2 is B, then the average annual turn over of JV will be AM+BN = The Agency / Firm shall submit details of work executed by them in the Performa of Form-B for the works to be considered for qualification of work experience criteria. Documentary proof such as completion certificates from client clearly indicating the nature/ scope of work, actual completion cost and actual date of completion for such work should be submitted. The offers submitted without this documentary proof shall be summarily, rejected. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details of payment received certified by CA, TDS certificates for all payments received and copy of final / last bill paid by client shall be submitted. Value of successfully completed portion of any ongoing work up to will also be considered for qualification of work experience criteria. The value of work shall be brought to current costing level by enhancing the actual value of work at simple rate of 5% per annum; calculated from the date of completion to last date of receipt of applications for PQ documents. Page-11

13 REGARDING WORK EXPERIENCE : Financial data for latest last five audited financial years has to be submitted by the Agency / Firm in Form-A along with audited balance sheets. The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and signature. In case audited balance sheet of the last financial year is not made available by the bidder, he has to submit an affidavit certifying that the balance sheet has actually not been audited so far. In such a case the financial data of previous 3 audited financial years will be taken into consideration for evaluation. If audited balance sheet of any other year than the last year is not submitted, the tender will be considered as non-responsive. In case of Joint Venture / Consortia, the financial standing criteria will be evaluated based on weighted average of the financial data of the members as per their percentage participation. 6.4 The bidding capacity of the contractor should not be less than the upper limit of the category for which contractor is a applying for. The bidding capacity shall be worked out by the following formula: Bidding Capacity = A*N*2-B Where: A = Maximum value of construction works executed in any one year during the last seven years taking into account the completed as well as works in progress. N = Number of years prescribed for completion of work for which pre-qualification application has been invited. (In this case the value of N will be considered 15 Months) B = Value of existing commitments and on going works to be completed during the period of completion of work for which pre-qualification has been invited. Example for calculation of bid capacity in case of JV / Group Suppose there are P and A members of the JV / Group with their participation in the JV / group as 70% and 30% respectively and available bid capacity of these members as per above formula individually works out X and Y respectively, then Bid Capacity of JV / Group shall be as under: Bid Capacity of the JV / Group 0.7X + 0.3Y 6.5 The applicant should own construction equipment as per list required for the proper and timely execution of the work, else, he should certify that he would be able to manage the equipment by hiring etc. and submit the list of firms from whom he proposes to hire. 6.6 The applicant should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The applicant should submit a list of these employees stating clearly how these would be involved in this work. 6.7 The applicant s performance for each work completed in the last 7 years and in hand should be certified by an officer not below the rank of Executive Engineer or equivalent and should be obtained in sealed cover. Page-12

14 7.0 EVALUATION CRITERIA FOR PRE-QUALIFICATION 7.1 For the purpose of pre-qualification, applicants will be evaluated in the following manner: The initial criteria prescribed in para 6.1 to 6.7 above in respect of experience of similar class of works completed, bidding capacity and financial turnover etc. will first be scrutinized and the applicant s eligibility for pre-qualification for the work be determined The applicants qualifying the initial criteria as set out in para 5.1 to 5.8 above will be evaluated for following criteria by scoring method on the basis of details furnished by them: a) Financial strength (Form A ) Max 20 Marks b) Experience in similar nature of works during last Seven years (Form B ) - Max 20 Marks c) Performance on works (Form D ) Max 40 Marks d) Personnel and Establishment (Form E ) Max 10 Marks e) Plant & Equipment (Form F ) - Max 10 Marks Total 100 Marks To pre-qualify, the applicant must secure at least 60 (sixty) percent marks in criteria (a) & (b) above (i.e. Financial Strength & Experience in works of similar nature), 50 (fifty) percent marks in each of the other criteria and 70(seventy) percent marks in aggregate. The HPL, however, reserves the right to restrict the list of pre-qualified contractors to any number deemed suitable by it. 7.2 Even though an applicant may satisfy the above requirements, he would be liable to disqualification if he has: a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the prequalification document. b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures /weaknesses etc. 8.0 FINANCIAL INFORMATION Applicant should furnish the following financial information: Annual financial statement for the last five year (in Form A ) 9.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS 9.1 Applicant should furnish the following: a) List of all works of similar class successfully completed during the last seven years (in form B ) b) List of the projects under execution or awarded (in Form C ) Page-13

15 9.2 Particulars of completed works and performance of the applicant duly authenticated/ certified by an office not below the rank of Executive Engineer or equivalent should be furnished separately for each work completed or in progress (in Form D ) ORGANISATION INFORMATION Applicant is required to submit the following information in respect of his organization (in Form E ) Number of Technical & Administrative Employees in parent company, subsidiary company and how these would be involved in this work (in Form E ) 11.0 CONSTRUCTION PLANT & EQUIPMENT Applicant should furnish the list of construction plant and equipment including steel shuttering, centering and scaffolding likely to be used in carrying out the work (in Form F ). Details of any other plant & equipment required for the work (not included in Form F ) and available with the applicant may also be indicated. Page-14

16 12.0 LETTER OF TRANSMITTAL The applicant should submit the letter of transmittal attached. From : LETTER OF TRANSMITTAL To Project Coordinator Hindustan Prefab Limited, Jangpura, New Delhi: SUBJECT: Submission of Application for Registration: Sir, Having examined the details given in NIT on your website on the subject, I/We hereby submit the requisite document and other relevant information. 1. I/ We hereby certify that all the statements made and information supplied in the enclosed forms A to F and accompanying statement are true and correct. 2. I/ We have furnished all information and details necessary for pre-qualification and have no further pertinent information to supply. 3. I/ We submit the requisite certified solvency certificate and authorize the Project Coordinator or his authorized representatives to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize the Project Coordinator or his authorized representative to approach individuals, employers, firm and corporation to verify our competence and general reputation. 4. I/ We submit the following certificates in support of our suitability, technical knowhow and capability for having successfully completed the following works. Name of Work Certificate from Date of Submission Signature of Applicant (s) Enclosures: Seal of Applicant Page-15

17 FORM A FINANCIAL INFORMATION Financial Analysis - Details to be furnished duly supported by figures in balance sheet/ profit & loss account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies to be attached). I. i)gross Annual Turnover on construction works YEARS ii)profit/ Loss II. III Financial arrangement with the Financial Institution like over drafts/loan, Bank Guarantee Limit etc. for carrying out the proposed work The following certificates are enclosed: a) Solvency Certificate (not older than six month) from Bankers of Applicant. b) Current Income Tax Return filed with Income Tax Dept. duly acknowledged (with seal). Signature of Applicant(s) Signature of Chartered Accountant with Seal Page-16

18 FORM B DETAILS OF SIMILAR WORKS COMPLETED DURING THE LAST FIVE YEARS ENDING LAST DAY OF THE MONTH MARCH S. No. Name of work/ project and location Owner or sponso ring org. Cost of work in crores Date of commen cement as per contract Stipulat ed date of complet -ion Actual Date of completion Litigation /Arbitrati on pending/ in progress with details* Name and address /telephone number of officer to whom reference may be made Remarks *Indicate gross amount claimed and amount awarded by the Arbitrator. Signature of Applicant(s) Page-17

19 FORM C S No. Name of work/ project and location Owner or sponsoring organization PROJECTS UNDER EXECUTION OR AWARDED Cost of work Date of commence ment as per contract Stipulate d date of completion Upto date percentage progress of work Slow progress if any, and reasons thereof Name And Address/ Telephone Number of officer to whom reference may be made Rema rks Signature of Applicant(s) Page-18

20 PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM B & C 1. Name of work/ Project & Location 2. Agreement No 3. Estimated Cost 4. Tendered Cost 5. Date of Start 6. Date of Completion i) Stipulated date of completion FORM D ii) Actual date of completion 7. Amount of compensation levied for delayed completion, if any 8. Amount of reduced rate items, if any 9. Performance Report (1) Quality of work Very Good/Good/Fair/Poor (2) Financial Soundness Very Good/Good/Fair/Poor (3) Technical Proficiency Very Good/Good/Fair/Poor (4) Resourcefulness Very Good/Good/Fair/Poor (5) General behavior Very Good/Good/Fair/Poor Dated : Executive Engineer or Equivalent Page-19

21 S. NO. FORM E DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK Design ation Total number Number available for this work Name Qualifi cation Professional experience and details of work carried out How these would be involved in this work Remarks Signature of Applicant(s) Page-20

22 FORM F DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT Name of equipment Nos. Capacity or type Age Condition Ownership status Current location Rema rks Presently owned Leased To be purchased Earth Moving equipment 1.Excavator (various size) Equipment for hoisting & fitting 1. Tower crane 2. Builder s hoist Equipment for concrete work 1. Concrete batching plant 2. Concrete pump 3. Concrete transit mixer. 4. Concrete mixer (diesel) 5.Concrete mixer (electrical) 6.Needle vibrator (electric) 7. Needle vibrator (petrol) 8. Table vibrator (elect./ petrol) Page-21

23 Equipment work 1.Block making machine 2. Bar bending machine 3. Bar cutting machine. 4.wood thickness planer 5. Drilling Machine 6. Circular saw machine 7.Welding generators 8. Welding transformers 9. Cube testing machine 10. M.S. pipes 11. Steel shuttering 12. Steel scaffolding 13. Grinding/ polishing machines 14 Crushers 15. Hydraulic Piling rigs capable of piling of kits. More than 1000mm dia 16 Hydraulic diaphragm wall equipment Equipment for road work 1. Road rollers 2. Bitumen paver finishers 3. Hot Mix plant 4. Spreaders 5. Earth rammers 6. Vibrator road rollers Equipment transportation for 1. Tipper 2. Truck Pneumatic equipment 1. Air Compressors (diesel) Page-22

24 Dewatering equipment 1. Pump (diesel) 2. Pump (electric) 3. Five Concrete pump Power equipment 1. Diesel generators Any other plant / equipment Signature of Applicants(s) Page-23

ADVERTISMENT FOR PRE QUALIFICATION OF CONTRACTORS

ADVERTISMENT FOR PRE QUALIFICATION OF CONTRACTORS ADVERTISMENT FOR PRE QUALIFICATION OF CONTRACTORS 1. Director General, Air Force Naval Housing Board (AFNHB), Air Force station, Race Course, New Delhi-110003, on behalf of AFNHB, a Profit Loss organization,

More information

ENGINEERING PROJECTS INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD, NEW DELHI For

ENGINEERING PROJECTS INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD, NEW DELHI For ENGINEERING PROJECTS INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD, NEW DELHI 110003 APPLICATION FOR PRE QUALIFICATION FOR SHORTLISTING OF FIRM(S) / ENTITY(IES) For

More information

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R) DELHI METRO RAIL CORPORATION LIMITED Construction of balanced cantilever span of approx 255 m (Central Span of 105m and end Spans each of 75 m approx.) at Mawaiya Railway Crossing (as shown on drawings)

More information

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1 DELHI METRO WELFARE ORGANISATION Construction of Multi Storeyed flats for housing scheme of DMWO members at Koyal Enclave CONTRACT NO: DMWO-C1 TENDER DOCUMENTS VOLUME 1 NOTICE INVITING TENDER INSTRUCTION

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED Bhikaji Cama Place) through operational Line-2 (from Hauz Khas to INA) and construction of underground reservoir and pipe network at Kalindi Kunj Depot and related electrical works of DMRC Project Phase-III.

More information

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (second call)

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (second call) PRE-QUALIFICATION CRITERIA: Sl No. Package Minimum value of at least one work executed in last five At least one work in hand or completed Average turnover in last five years Capital years (Rs. in Crores)

More 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 fulfil qualification criteria as stipulated in Clause

More information

NOTICE INVITING TENDER (e-tender)

NOTICE INVITING TENDER (e-tender) NOTICE INVITING TENDER (e-tender) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders (Single Packet System) from eligible applicants, who fulfil qualification criteria

More information

(Pre-qualification of construction agency) Page 1/11

(Pre-qualification of construction agency) Page 1/11 CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI 110 001. Revised EOI Document Subject : Proforma for submission of details for selection of Civil

More information

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015 NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders, in Two Bid System, from eligible

More information

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI Last Date of Submission: 3 rd March 2017 1 NOTICE FOR

More information

CONTRACT NO: LKDD- 02

CONTRACT NO: LKDD- 02 Buildings and External Development Works like Roads, Drains, Boundary Wall etc. for Lucknow Metro Project. CONTRACT NO: LKDD- 02 ENGAGEMENT OF DETAIL DESIGN CONSULTANT (DDC) FOR DEPOT CUM WORKSHOP AT TRANSPORT

More information

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1. NOTICE INVITING TENDER (NIT) 1.1 GENERAL (e-tender) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites online open e-tenders from eligible applicants, who fulfil qualification criteria

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED Contract No: CC-89 : Water Supply Arrangements for Underground portion of Line-7 (From Nizamuddin to Bhikaji Kama Palace) DELHI METRO RAIL CORPORATION LIMITED Water Supply Arrangements for Underground

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 Name of Work: Lucknow Metro Rail Corporation (LMRC) Ltd. invites Open Tenders from eligible applicants, who fulfil qualification criteria as stipulated in

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) From: Managing Director, Lucknow Metro Rail Corporation Limited, Administrative Building, Vipin Khand, Gomti Nagar Near Dr.Bhimrao Ambedkar Samajik Parivartan Sthal, Lucknow-226010,

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

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (2 nd call)

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (2 nd call) CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI 110 001. EOI Document (2 nd call) Subject :REQUEST FOR PRE-QUALIFICATION CUM EXPRESSION OF INTEREST

More information

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED 1.1.1 NIT No.: DMRC/GM(S&T)/NIT/2015-16/T-21, dated 18.12.2015 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) 1.1 GENERAL NOTICE INVITING TENDER (NIT) 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders on Local Competitive Basis (LCB) from all countries and all areas, who fulfil

More information

Notice Inviting Tender (NIT)

Notice Inviting Tender (NIT) TENDER NOTIFICATION NO. MEGA/CONST/PAFs/Zundal/PH-1/2018 Construction of residential quarters for PAFs of Ambedkarnagar at FP NO 28 TP scheme no 74, Survey no 276/1/3 and 279/1/9 Zundal for Ahmedabad Metro

More 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

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) From: Managing Director, Lucknow Metro Rail Corporation Limited, Administrative Building, Vipin Khand, Gomti Nagar Near Dr.Bhimrao Ambedkar Samajik Parivartan Sthal, Lucknow-226010,

More information

NOTICE INVITING TENDER (NIT)

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

More information

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED NIT No.:- DMRC/GM(S&T)/NIT/2015-16/A-33, dated 04.01.2016 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open

More information

Prequalification of Contractors.

Prequalification of Contractors. 1/19 LIFE INSURANCE CORPORATION OF INDIA ASANSOL DIVISIONAL OFFICE, JEEVAN PRAKASH, WEST END, G.T ROAD, ASANSOL - 713304. Phone No 0342-2254750/2254598. Prequalification of Contractors. LIC of India intends

More information

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B NOTICE INVITING TENDER No. NIT/02/2015-16/DMRC/CPM-2/PM2B 1.1 GENERAL 1.1.1 Name of Work : Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e -tenders from eligible applicants, who fulfill qualification

More information

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 DELHI METRO RAIL CORPORATION LTD. Contract-NC-05 Contract NC-05: Design, Fabrication, Supply and Erection of Pre-Engineered Stell Building for Greater Noida Depot of Noida- SUMMARY SHEET (ADDENDUM NO.-3)

More information

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park. NOTICE INVITING SINGLE TENDER (E-Tender) DELHI METRO RAIL CORPORATION LIMITED NIT No.:- NIT/51/GM(S&T)/2016, dated 29.09.2016 (from OEM authorized Vendors) 1.1.1 Name of Work: Delhi Metro Rail Corporation

More information

Bardhaman Divisional Office, Bardhaman.

Bardhaman Divisional Office, Bardhaman. LIFE INSURANCE CORPORATION OF INDIA Bardhaman Divisional Office, Bardhaman. PREQUALIFICATION FOR SELECTION OF CONTRACTOR FOR ARC OF CIVIL, SANITARY&PLUMBING AND ELECTRICAL & NETWORKING ADDITION ALTERATION

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

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

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING TENDER (NIT) (e-tender) 1.1 GENERAL 1.1.1 Name of Work: NOTICE INVITING TENDER (NIT) (e-tender) Delhi Metro Rail Corporation (DMRC) Ltd. invites Limited e-tenders from shortlisted contractors, for the work, Contract CC-07B: Balance

More information

Pre qualification document

Pre qualification document Issued by Urban Administration & Development Department Govt. Of Chhattisgarh NAGAR PALIK NIGAM/NAGAR PALIKA/NAGAR PANCHAYAT Public Works Department Pre qualification document for -WORKS- Name of Work..

More information

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04 DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of India & Govt. of NCT of Delhi) CONTRACT: AE-04 TENDER DOCUMENTS OF Design, Manufacture, Supply, Installation, Testing and Commissioning

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER TENDER NOTIFICATION NO. MEGA/CONS/STNS/N-S/PKG-4B/2016 CONSTRUCTION OF ELEVATED METRO RAIL STATIONS FIVE (5) NUMBERS INCLUDING VIADUCT PORTION WITHIN THE STATIONS AND TRANSITION SPANS ON EITHER SIDE OF

More information

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE "JEEVAN PRAKASH, 30, HAZRAT GANJ LUCKNOW ENROLMENT OF CONTRACTORS

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE JEEVAN PRAKASH, 30, HAZRAT GANJ LUCKNOW ENROLMENT OF CONTRACTORS DIVISIONAL OFFICE "JEEVAN PRAKASH, 30, HAZRAT GANJ LUCKNOW ENROLMENT OF CONTRACTORS Page1 DIVISIONAL OFFICE "JEEVAN PRAKASH, 30, HAZRAT GANJ LUCKNOW PRE - QUALIFICATION OF CONTRACTORS Life Insurance Corporation

More information

TENDER PACKAGE NO. MEGA/CONS/VDCT+STNS/R2/E-W/2016 VOLUME I NOTICE INVITING TENDER

TENDER PACKAGE NO. MEGA/CONS/VDCT+STNS/R2/E-W/2016 VOLUME I NOTICE INVITING TENDER CONSTRUCTION OF ELEVATED VIADUCT FROM THALTEJ GAM TO END OF WESTERN RAMP (ch 710 TO + 7503) IN E-W CORRIDOR R2 INCLUDING BRIDGE OVER SABARMATI RIVER AND SEVEN (7) STATIONS THALTEJ GAM, THALTEJ, DOORDARSHAN

More information

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017 MANAGEMENT DEVELOPMENT INSTITUTE, GURUGRAM, HARYANA TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017 FOR CONSTRUCTION OF HOSTEL BLOCK (B+G+9) IN MANAGEMENT DEVELOPMENT

More information

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT) ANNEXURE-III (Delhi Metro Website Only) TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT) NRS1-FIC/Vol-I/NIT Page 1 From: Chief Electrical Engineer/RS-III, Delhi Metro Rail Corporation Limited,

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

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68. A CENTRAL WAREHOUSING CORPORATION (A GOVT.OF INDIA UNDERTAKING) CONSTRUCTION CELL SCOPE MINAR, CORE-3, 1 ST FLOOR LAXMI NAGAR DISTRICT CENTRE DELHI 110 092 TELE-FAX : 011-22464070 E.MAIL : eecwcdli@yahoo.co.in

More information

INDIAN INSTITUTE OF TECHNOLOGY KANPUR INSTITUTE WORKS DEPARTMENT DIVISION II. Tarun Gautam P.O.IIT Kanpur Executive Engineer

INDIAN INSTITUTE OF TECHNOLOGY KANPUR INSTITUTE WORKS DEPARTMENT DIVISION II. Tarun Gautam P.O.IIT Kanpur Executive Engineer Telegram : TECHNOLOGY Fax no. : 0512-2597725 Phone : 2597108 (O) INDIAN INSTITUTE OF TECHNOLOGY KANPUR INSTITUTE WORKS DEPARTMENT DIVISION II Tarun Gautam P.O.IIT Kanpur 208016. Executive Engineer PRE-

More information

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) Construction Cell SCOPE MINAR CORE-3, 1 ST FLOOR LAXMI NAGAR DISTRICT CENTRE, DELHI Fax No. (011) 22464070, Ph. No. (011) 22464070 EMAIL :

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

TENDER NOTIFICATION NO. MEGA/GEOTECH/ELEV-VDCT, STNS & DEPOT/N-S/PH-2/2018

TENDER NOTIFICATION NO. MEGA/GEOTECH/ELEV-VDCT, STNS & DEPOT/N-S/PH-2/2018 TENDER NOTIFICATION NO. MEGA/GEOTECH/ELEV-VDCT, STNS & DEPOT/N-S/PH-2/2018 Engagement of Geotechnical Investigation Agency for Elevated line (28.26 km) including Twenty Two numbers of Elevated Stations

More information

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/ PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/2017-18 LAST DATE OF SUBMISSION. 20-04-2018 ZONAL OFFICE Delhi II 1. EMPANELMENT

More information

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/ PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/2018-19 LAST DATE OF SUBMISSION. 26-11 2018 by 5.00 PM ZONAL OFFICE Dehradun

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 Name of Work: Lucknow Metro Rail Corporation Ltd (LMRC) invites Open Tenders from eligible applicants, who fulfil qualification criteria as stipulated in

More information

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE:

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE: (A Government of India Enterprise) 27, RAJENDRA NATH MUKHERJEE ROAD KOLKATA - 700 001 (WEST BENGAL) PHONE NO. (033) 2248 5841-44; FAX: (033) 2210 3961 E-MAIL: ;info@bbjconst.com, bbj@india.com website:

More 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

DOCUMENT FOR EMPANELMENT OF CONTRACTORS

DOCUMENT FOR EMPANELMENT OF CONTRACTORS OF CONTRACTORS BANK OF BARODA Regional Office, 202,Ganga-JamunaComplex, M.P. Nagar Zone-I, Bhopal -462011 Tel. 0755-4049020 NOTICE INVITING APPLICATIONS FOR EMPANELMENT OF CONTRACTORS Applications are

More information

KONKAN RAILWAY CORPORATION LIMITED ELECTRICAL DEPARTMENT

KONKAN RAILWAY CORPORATION LIMITED ELECTRICAL DEPARTMENT Sr. No. KONKAN RAILWAY CORPORATION LIMITED ELECTRICAL DEPARTMENT REGISTRATION OF CONTRACTORS FOR ELECTRICAL WORKS CONTENT PAGE 1 GENERAL INFORMATION 2-4 2 QUALCIFIATION CRITERIA 4-5 3 DISQUALIFICATION

More information

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM Selection of Ground Handling Agent Kerala Tourism Development Corporation Hotels & Resorts Ltd invites Expression of Interest from reputed Tour operators

More information

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

Technical Enhancements and New Reports Development. For PM Module of SAP PM01 Technical Enhancements and New Reports Development For PM Module of SAP PM01 NOTICE OF INVITATIONS TO TENDERER (NIT) CONTENTS S.No. DESCRIPTION PAGE NO. NOTICE INVITING TENDER 1. Name of Work 3 2. Qualification

More information

CENTRAL MINE PLANNING & DESIGN INSTITUE LTD. REGIONAL INSTITUTE-VI, P.O. JAYANT DISTT. SINGRAULI (M.P.) TENDER DOCUMENT FOR

CENTRAL MINE PLANNING & DESIGN INSTITUE LTD. REGIONAL INSTITUTE-VI, P.O. JAYANT DISTT. SINGRAULI (M.P.) TENDER DOCUMENT FOR CENTRAL MINE PLANNING & DESIGN INSTITUE LTD. REGIONAL INSTITUTE-VI, P.O. JAYANT DISTT. SINGRAULI - 486890 (M.P.) TENDER DOCUMENT FOR SUPPLY OF WOODEN TABLES, CHAIRS AND STEEL ALMIRAHS UNDER CSR (CORPORATE

More information

INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE. Advertisement No. A-31/ Sd- Acting Superintending Engineer

INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE. Advertisement No. A-31/ Sd- Acting Superintending Engineer INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE Advertisement No. A-31/15-16 IIT Bombay invites applications for pre-qualification and preparation of enlistment for the work of Providing labour works

More information

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4 Special repair Works in Line-3 and Line-4 CONTRACT NO: CCW-231/2014 Special repair Works in Line-3 and Line-4 Notice Inviting Tender (NIT) Instructions to Tenderer (ITT) General Conditions of Contract

More information

Central Bank of India Regional Office,

Central Bank of India Regional Office, Sr. No. (For office use only) APPLICATION FOR EMPANELMENT OF CONTRACTORS Name of The Applicant: M/s. Last date of submission: dd/mm/2012.. Central Bank of India Regional Office,. :1: Empanelment of Contractors

More information

West Bengal Transport Corporation Limited

West Bengal Transport Corporation Limited West Bengal Transport Corporation Limited (Formerly known as The Calcutta Tramways Company (1978) Limited) (A Government of West Bengal Undertaking) 12, R. N. Mukherjee Road, Kolkata-700001. Notice Inviting

More information

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15 DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15 VOLUME 1 NOTICE OF INVITATIONS TO TENDERER (NIT) 1 CONTENTS S.No. DESCRIPTION PAGE

More information

PRE-QUALIFICATION OF CONTRACTORS

PRE-QUALIFICATION OF CONTRACTORS State Bank of India Premise & Estate Department, 2 nd Floor Local Head Office, Pt. J. N. Marg, Bhubaneswar 751001. Telephone No. 0674-2394637; Fax No. 0674-2396696 E-mail:- agmpre.lhobhu@sbi.co.in PRE-QUALIFICATION

More information

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant.

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant. Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant. TENDER NO. : E&P:PQR:MSV/12-13/ 01 DATED 13-07-2012 Bharat Petroleum Corporation Ltd.,

More information

EVALUATION CRITERIA. A. Financial Capability

EVALUATION CRITERIA. A. Financial Capability EVALUATION CRITERIA A. Financial Capability The financial packages of only those bidders will be opened whose bids are in compliance of schedule of requirements, technical specifications and accompanied

More information

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

More information

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

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 ENROLMENT OF CONTRACTORS

More information

Request for Proposal (RFP) for Engagement of Statutory Auditors for Indian Institute of Corporate Affairs for the year

Request for Proposal (RFP) for Engagement of Statutory Auditors for Indian Institute of Corporate Affairs for the year Indian Institute of Corporate Affairs Ministry of Corporate Affairs Plot No. P-6,7,8, Sector-5, IMT Manesar (Gurugram), Haryana 122050 Tel: 0124-2640000 Fax: 0124-2291036 E-mail: ritusharma.iica@gmail.com

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

STATE BANK OF INDIA, ZONAL OFFICE, ZONE-I, SHANKARSETH ROAD, SHARADA CHAMBERS, 3 RD FLOOR PUNE Phone No /356/359

STATE BANK OF INDIA, ZONAL OFFICE, ZONE-I, SHANKARSETH ROAD, SHARADA CHAMBERS, 3 RD FLOOR PUNE Phone No /356/359 STATE BANK OF INDIA, ZONAL OFFICE, ZONE-I, SHANKARSETH ROAD, SHARADA CHAMBERS, 3 RD FLO PUNE. 411 037 Phone No. 020-2640 4355/356/359 ANNEXURE-I EMPANELMENT OF HOUSE KEEPING, CLEANING & MAINTENANCE CONTRACTS.

More information

NIT No: Civil/IMSc/11/2015

NIT No: Civil/IMSc/11/2015 THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER Sealed tenders are invited on behalf of the Director of

More information

ENGINEERING PROJECTS INDIA LIMITED

ENGINEERING PROJECTS INDIA LIMITED ENGINEERING PROJECTS INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD, NEW DELHI 110003 NOTICE FOR INVITING APPLICATIONS FOR SHORTLISTING OF CONTRACTORS FOR CONSTRUCTION

More information

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES.

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES. TECHNICAL CELL, EPC SECTION, G A WING, CANARA BANK, HEAD OFFICE, 3rd Floor, Dwarakanath Bhavan, NO.29 K R Road, Basavanagudi, BANGALORE 560 004. Tel Ph: Direct: 080-26621873 / 74 NOTICE FOR EMPANELMENT

More information

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise)

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) JANGPURA, NEW DELHI-110014 ARCHITECT AND ENGINEERING CONSULTANCY SERVICES FOR THE EXECUTION OF PROJECT FOR PHASE-IV UNDER MAHESHTALA MUNICIPALITY

More information

West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise)

West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Prequalification document For Expression of Interest (E.O.I.) For Construction of Training Institute of WBSEDCL

More information

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

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

More information

Memo. No. 104/G.M.(Elect)/HIDCO/e-NIT- 53(3rd Call)/ Dated: 22/01/2019

Memo. No. 104/G.M.(Elect)/HIDCO/e-NIT- 53(3rd Call)/ Dated: 22/01/2019 General Manager (Elect) WBHIDCO WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Near 3 rd Rotary, New Town,

More information

Check List of Documents Enclosed With Tender

Check List of Documents Enclosed With Tender Check List of Documents Enclosed With Tender Sr. No. Particulars Declaration (Strike out whichever is not applicable) 1 Check list of documents in the prescribed Performa, Yes / No 2. Earnest Money deposit

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) Contract No: DMRC/Ph-III/CPM-9/Anti-Carbonation/2017 Anti-Carbonation Painting of Piers, Pier-caps, Viaduct and NOTICE INVITING TENDER (NIT) 1.1 GENERAL (e-tender) 1.1.1 Name of Work: Delhi Metro Rail

More information

INVITATION OF GLOBAL/OPEN BIDS

INVITATION OF GLOBAL/OPEN BIDS DELHI METRO RAIL CORPORATION LTD. (A joint venture of Govt. of India & Govt of Delhi) Metro Bhawan, 13, Fire Brigade Lane, Barakhamba Road, NEW DELHI-110001 Tel: 91-011-23417910-12 Extn: 34683 Fax: 91-011-23418413

More information

RESERVE BANK OF INDIA Estate Department Kolkata

RESERVE BANK OF INDIA Estate Department Kolkata RESERVE BANK OF INDIA Estate Department Kolkata Empanelment of Architectural Services i) For project works costing up to `50 lakh. ii) For project works costing above `50 lakh and up to `6 Crore. Name

More information

STOCKHOLDING CORPORATION OF INDIA LIMITED

STOCKHOLDING CORPORATION OF INDIA LIMITED STOCKHOLDING CORPORATION OF INDIA LIMITED 301, Centre Point, Dr. Babasaheb Ambedkar Road, Parel, Mumbai 400 012 Phone No. 6177 9400 09 Fax No.61779058 Website: www.shcil.com PRE-QUALIFICATION TENDER FOR

More information

Offers invited for empanelment of printers for printing and supply of Bank s prescribed stationery for ZSC, Baroda on of before

Offers invited for empanelment of printers for printing and supply of Bank s prescribed stationery for ZSC, Baroda on of before Offers invited for empanelment of printers for printing and supply of Bank s prescribed stationery for ZSC, Baroda on of before 12-05-2012. Annexure-I (Pg. No.1) Offers invited for empanelment of printers

More information

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

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

More information

Hindustan Steelworks Construction Limited 5/1 Commissariat Road, Hastings, Kolkata

Hindustan Steelworks Construction Limited 5/1 Commissariat Road, Hastings, Kolkata Hindustan Steelworks Construction Limited 5/1 Commissariat Road, Hastings, Kolkata-700 022 - Empanelment of Contractors - - Invitation for Empanelment /Renewal of Contractors - 01/ 02/ HSCL, a PSU under

More information

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : : 1.0 INTRODUCTION: BIDDING DOC. NO. B215-000-MN-81-41-CE-T-8003 (DOMESTIC COMPETITIVE BIDDING) E-Tendering 1.1 M/s Assam Bio Refinery Pvt. Ltd. (ABRPL) is a joint venture company of M/s Chempolis Oy of

More information

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -... TENDER DOCUMENT FOR Empanelment of Travel Agents with B a n k of India for Booking of Domestic and International Air Tickets Name of the firm: - Address: -... Contact Person: Phone/Mobile Fax nos.: E-mail

More information

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING TENDER (NIT) (e-tender) NOTICE INVITING TENDER (NIT) (e-tender) 1.1 GENERAL 1.1.1 Name of Work and Details: The Delhi Metro Rail Corporation Ltd. (DMRC) has been authorized by Noida Metro Rail Corporation (NMRC) to proceed with

More information

GUJARAT MARITIME BOARD

GUJARAT MARITIME BOARD GUJARAT MARITIME BOARD Bid Documents For CONSULTANCY SERVICES FOR STRUCTURAL DESIGN FOR MARINE AND OTHER CIVIL ENGINEERING WORKS TO BE CARRIED AT VARIOUS GMB PORTS (TECHNICAL BID) Executive Engineer (Civil)

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED DELHI METRO RAIL CORPORATION LIMITED SHIFTING / DIVERSION OF EXISTING 700 MM DIA PSC WATER PIPE LINE TO 700 MM DIA M.S. PIPE LINE OVER RCC RAFT OF UNDERPASS AT BADLI DEPOT IN HUDA CITY CENTRE TO SAMAYPUR

More information

Reserve Bank of India Estate Department, Patna

Reserve Bank of India Estate Department, Patna Reserve Bank of India Estate Department, Patna Empanelment of Suppliers/contractors for Civil / Electrical repair / maintenance works and other works for Reserve Bank of India, Patna Reserve Bank of India,

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

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids: NOTICE INVITING BID Sub: Inviting Bids for Appointment of Chartered Accountants for conducting Statutory Audit and other advisory to DSCI for the Financial Year 2018-19. Delhi State Cancer Institute is

More information

Memo. No. 246/GM(E)-I/NIT-16/ /050 Dated: 31 st August, 2017

Memo. No. 246/GM(E)-I/NIT-16/ /050 Dated: 31 st August, 2017 WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Biswa Bangla Sarani, Near 3 rd Rotary, New Town, Kolkata-700156.

More information

NAVODAYA VIDYALAYA SAMITI, REGIONAL OFFICE, BHOPAL

NAVODAYA VIDYALAYA SAMITI, REGIONAL OFFICE, BHOPAL NAVODAYA VIDYALAYA SAMITI, REGIONAL OFFICE, BHOPAL A 135 A, ALKAPURI, GATE NO. 2, BHOPAL - 462024 F.No. 119-1/CA /NVS R.O. BPL/2018-19/ Dated 10-01-2019 TENDER FOR EMPANELMENT OF CHARTERED ACCOUNTANT FIRMS

More information

BASTAR VISHWAVIDYALAYA

BASTAR VISHWAVIDYALAYA BASTAR VISHWAVIDYALAYA JAGDALPUR (Dharampura) Distt. BASTAR (C.G.) 494001 Phone-07782-229037 E-Mail-registrar@bvvjdp.ac.in EXPRESSION OF INTEREST (EOI) For DGPS Survey ISSUED TO:- ------------------------------------------------------------------------------------------------------------------------------

More information

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/Advt./17/18-19 Date: 16.10.18 Online E-tenders are invited in Two-Bid System for

More information

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi) (A joint venture of Government of India & Government of Delhi) Name of Tender: Tender for Awarding Exclusive Advertising Rights Inside Selected Metro Stations from Samaypur Badli to Arjangarh on Line-2

More information

Price of Technical & Financial Bid documents and other annexures (Rs.) (4) Earnest Money (Rs.) (3)

Price of Technical & Financial Bid documents and other annexures (Rs.) (4) Earnest Money (Rs.) (3) WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking) HIDCO BHABAN, Premises No.35-1111, Near 3 rd Rotary, New Town, Kolkata-700156. Memo. No. 889/G.M.(Elect)/HIDCO/e-NIT-

More information

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

No. 542-W-14/12/MH/2013 DT TENDER NOTICE MODEL AND SUPER SPECIALITY HOSPITAL EMPLOYEES STATE INSURANCE CORPORATION ASRAMAM, KOLLAM, KERALA -691002 Website: www.esichsuperspecialitykollam.com Email: mh-ashramam@esic.nic.in Ph: 0474 2742833, 2766618(MS)

More information