INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Similar documents
INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )

ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED

Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL. (A Govt of West Bengal Enterprise)

H P Power Transmission Corporation Ltd. (A State Govt. Undertaking) *Press Tender Notice* (E-Tendering Mode Only)

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

CONSTRUCTION OF 220/132 KV GIS SUBSTATION AT EGRA, DISTRICT-PURBA MEDINIPUR (Package-25)

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

(Submission of Bid through online)

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

Earnest Money (Rs.) Cost of tender Document (Rs.)

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

HT/LT LINE,DTC,UG CABLE

INVITATION OF GLOBAL/OPEN BIDS

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

The bidders, intending to participate shall fulfil the following qualification criteria (Financial & Technical):

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

a) Bidding Document No. : RS/A XB-MR-0010/1050 b) Bidding Document availability on Website. : to

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

BIDDER'S INFORMATION. Bidder information

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

NOTICE INVITING TENDER (NIT)

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT NO: -MM3-CBS-REL-PYL BIDDING PROCEDURE SECTION-I NOTICE INVITING TENDER MARCH 2017

BRIEF NOTICE INVITING BID

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

at Bandra Kurla Complex, Mumbai. The work is estimated to cost Rs lakh and is to be completed within 3 months.

MAHARASTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.,

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

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

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

Section I DETAILED NOTICE INVITING TENDER

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

NOTICE INVITING e-tender (NIT)

Websites :(

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

Contact person: Executive Engineer (Adm), Contact No.:

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

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

KARNATAKA POWER CORPORATION LIMITED YELAHANKA COMBINED CYCLE POWER PLANT (CIN: U85110KA1970SGC001919)

EXPRESSION OF INTEREST (EOI) for

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

NOTICE INVITING TENDER (NIT)

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

(INTERNATIONAL COMPETITIVE BIDDING)

SECTION - I INVITATION FOR BIDS (IFB)

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

West Bengal State Electricity Transmission Company Limited

NOTICE INVITING BID FOR

Section 2 - Bid Data Sheet

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

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

Section III Evaluation and Qualification Criteria (Revision 1)

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

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

NOTICE INVITING TENDER (e-tender)

IDBI BANK LTD. TENDER

Brief Scopes of works under this tender comprises of. The detailed scope of work is given in the Bidding Document.

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

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

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

Section 2 - Bid Data Sheet

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

1. Title of the tender : Tender for Printing of Calendars 2014 Wall Calendars and Desk Calendars & Date Calendars

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

E-Tender Document for Procurement of Internet Services for CERT-In

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

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

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

SL. NO. CLAUSE / DWG NO. REFERENCE / EXISTING CLAUSE QUERY DESCRIPTION Employer s Reply to Bidder

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

No.: EE/EHV O &M/DN.-I/PUNE/Tech./1684 Date:

DELHI METRO RAIL CORPORATION LIMITED

at 13:30 hrs

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

West Bengal Renewable Energy Development Agency

NIT FOR TENDER NO. CGI 0949 P19

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

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT:

Gujarat Electricity Regulatory Commission

Sd/- Dy. Chief Engineer, (OP)Circle, HPSEBL, Solan. (OP) Circle, HPSEBL, Solan (H.P.) Ph & (Fax),

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

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

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

Transcription:

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) 1.0 The Maharashtra State Electricity Transmission Company Limited Mumbai, herein after referred to as the Owner (MSETCL) invites bids through SRM e-tendering system in TWO bids system (Techno- commercial Bid & Price Bid) from eligible bidders in India having executed similar projects in transmission sector on turnkey basis for establishment of 400/220 KV GIS Nashik (Eklahare) substation at Dist. Nashik, Maharashtra. 2.0 Scope of Work :- Establishment of 400/220 KV GIS Nashik (Eklahare) substation with associated bays (including Civil Work) 1 a) 3 x 167MVA, 400/220 kv ICT - 2 Nos. (Supply, Erection & Civil works will be in contractors scope). b) 1 x 167MVA, 400/220 kv Spare ICT - 1 Nos. (Supply, Erection & Civil works will be in contractors scope). 2 a) 400 kv GIS Bays - 09 Nos. [2 Nos. of ICT HV bays + 1 No. single ph bays for spare ICT + 2 Nos. for future bays +2 Nos. of line bays for prop. 400KV Nashik GIS S/s + 2 Nos. line bays for 400 kv Sinnar (IPP) end]. b) 400 kv GIS Bus coupler bay - 01 No. 3 220 kv GIS ICT bay LV side - 02 Nos. 4 220 kv GIS line bays - 08 Nos. at prop. 400 kv Nashik GIS S/s including 02 Nos. of future line bays. 5 220KV GIS Bus Coupler Bay 01 No. SRM e -Tender No. T- 1746 MSETCL/CO/DCM/D&T/ SS-Pretender (RFx No. 6000000269) Name of S/S Estimated Cost in Rs. Lakhs Completion period in months from date of Site Handing over (Including Monsoon) Establishment of 400/220 KV GIS Nashik (Eklahare) substation at Dist. Nashik, 16222.52 24 months

3.0 Qualifying Requirement In order to be qualified for award of Contract, the bidder will be required to satisfy the following minimum criteria, which will take precedence over any qualification requirements that may be stated in the specifications or elsewhere in the bidding document. The bidder shall satisfy the following conditions: Cl. No. Qualifying Requirements For 400 KV GIS 3.1 STATUTORY QUALIFYING CRITERIA Statutory Licenses/Registration 3.1.1 The bidder or his associate should have a valid Govt. Electrical Contractor s License. 3.1.2 The lead bidder should be registered under GST. The bidder should have returns of preceding 3 financial years. 3.1.3 The lead bidder should be registered under P.F. Act. 3.2 TECHNICAL QUALIFYING CRITERIA 3.2.1 a) The Bidder must have manufactured, type tested# (as per IEC or equivalent standard) and supplied atleast two (2) nos. of GIS circuit breaker equipped bays of 345 kv or above voltage class in one (1) GIS Substation or Switchyard during last seven (7) years and these bays must be in satisfactory operation for at least two (2) years as on the originally scheduled date of bid opening. b) The Bidder must have an experience of erection, testing & commissioning of atleast two (2) nos. of GIS circuit breaker equipped bays of 345 kv or above voltage class in one (1) GIS Substation or Switchyard during last seven (7) years. 3.2.1.1 In case the Bidder is a Foreign GIS manufacturer, following requirements shall be complied. 3.2.1.1 (a) 3.2.1.1 (b) 3.2.1.1 (c) He shall submit his bid in Joint Venture / Consortium with an Indian Entity. The proposed Indian Partner must have an experience of erection, testing & commissioning of atleast two (2) nos. GIS/AIS Circuit Breaker equipped bays of 345 kv or above voltage class in one (1) substation or switchyard during last seven (7) years. The Subsidiary or Group Company or a Joint Venture Company (JVC) of the bidder shall have manufacturing & testing facilities for 345 kv or above voltage level Gas insulated Switchgear (GIS) in India at the time of bidding. The bidder would supply at least one (1) 345 kv GIS Circuit breaker equipped bay manufactured in the said facilities in India for this project. The Bidder shall furnish an undertaking (as per format enclosed with bidding documents) along with the bid.

3.2.1.1 (d) 3.2.1.1 (e) Bidder can supply more than one 345 kv GIS circuit breaker equipped bays from Indian works provided his Subsidiary or Group Company or a Joint Venture Company (JVC) must have manufactured at least one (1) number 345 kv or above voltage level GIS Circuit Breaker bay and this bay either should have been supplied or should have been type tested# (as per IEC or equivalent standard) as on the originally schedule date of bid opening. In case the bidder fails to comply the technical requirements as specified in clause 3.2.1.1 (c) above, he shall be debarred from participating in future tenders of MSETCL for next 5 years. 3.2.2 In case, the Bidder is an Indian GIS manufacturer not meeting the requirement stipulated in clause 3.2.1 (a) above, but has established manufacturing and testing facilities in India for 220 kv or above voltage level Gas Insulated Switchgear (GIS), he shall also be considered, provided he meets the following requirements : a) The bidder must have manufactured, type tested# and supplied at least four no. of GIS Circuit Breaker bays at 220 kv level, provided further that his Joint Venture or Consortium partner or Collaborator(s) of the bidder meets qualifying requirements as per clause 3.2.1 (a) above. or The bidder must have manufactured at least one (1) 345 kv or above voltage level GIS Circuit Breaker bay based on the technological support of the Collaborator(s) and the bidder either should have supplied or should have type tested# the above GIS bay (As per IEC or equivalent standard) as on the originally schedule date of bid opening, provided further that the collaborator(s) of the bidder meets qualifying requirements as per clause 3.2.1 (a) above. b) The bidder shall submit his bid in Joint Venture / Consortium with an erector who must have an experience of erection, testing & commissioning of atleast two (2) nos. GIS/AIS Circuit Breaker equipped bays of 345 kv or above voltage class in one (1) substation or switchyard during last seven (7) years. c) A legally enforceable undertaking (jointly with the parent company (Principals) or collaborator(s) or subsidiary company) to guarantee quality, timely supply, performance and warranty obligations as specified for the equipment(s); d) A valid collaboration agreement for technology transfer / license to design, manufacture, test and supply 345 KV or above voltage level GIS equipment in India.

3.2.3 In case the GIS is to be supplied from foreign GIS Manufacturer(s) / Collaborator(s),The bidder is required to submit a confirmation letter from the Manufacturer(s) / Collaborator(s) stating that the Manufacturer(s) / Collaborator(s) shall furnish performance guarantee for an amount of 10% of the ex-works cost of such equipment(s) to MSETCL. This performance guarantee shall be in addition to Contract Performance Guarantee to be submitted by the bidder. The performance guarantee shall be payable at Mumbai. 3.2.4 The C&R Panels and SCADA system for Protection and Automation purpose shall be supplied from the approved vendors of MSETCL and as per specifications of MSETCL. 3.2.5 The bidder should submit the user's certificate for successful commissioning and satisfactory operation of the GIS bays constructed indicating commissioning date of the work with detail work order copy. 3.2.6 The bidders/manufacturers above can participate in only one bid by any means viz. either as Individual Bidder or in Consortium/Joint Venture or with Manufacturer's Authorization. # Type Test conditions of GIS: The GIS of offered voltage class should have been successfully type tested in the NABL accredited laboratories and as per relevant IEC standards. The complete List of type tests carried out as per latest IEC shall be submitted with the offer, quoting reference of IEC clauses, test description / details and date of testing along with the detailed copies of the Type test reports. All type tests on the GIS of offered voltage class and accessories should have been conducted successfully as on the originally scheduled date of opening of the bid and the design of the equipment shall not be changed. The bidder shall submit copy of the Type test reports with the offer. The validity of type test certificate will be considered upto10 Years provided there is no change in design. Note: In case bidder is a holding company, the technical experience referred in clause 3.2.1 or 3.2.2 shall be of that holding company only (i.e. excluding its subsidiary/group companies). In case bidder is a subsidiary of a holding company, the technical experience referred to in clause 3.2.1 or 3.2.2 shall be of that subsidiary company only (i.e. excluding its holding company).

3.3 FINANCIAL QUALIFYING CRITERIA 3.3.1 The average annual turnover of the bidder in last three financial years should be not below than 75% of estimated cost. 3.3.2 Net Worth for last 3 financial years should be positive 3.3.3 The bidder should furnish a Comfort Letter along with the offer from a Nationalized or Scheduled Commercial Bank, addressed to Owner (MSETCL), which describes the dedicated revolving line of credit for an amount not less than 25% (Twenty Five Percent) value of the estimated cost of the tender. A sample format of a letter which would be generally acceptable to the Owner is enclosed with bidding documents. Note: 1. In case bidder is a holding company, the Financial Position criteria referred to in clause 3.3 above shall be that of holding company only (i.e. excluding its subsidiary / group companies). In case bidder is a subsidiary of a holding company, the Financial Position criteria referred to in clause 3.3 above shall be that of subsidiary company only (i.e. excluding its holding company). 2. In case bidder has established manufacturing facility in India and yet to complete three(3) financial years, the Net Worth and average of the turnover as per financial statement for completed financial years shall be considered for the purpose of compliance to the specified Net Worth and MAAT requirements. 3. The duly audited, verified & certified figures from Chartered Accountant will be considered for Annual Turnover & Net worth. The provisional certificates (if any) will not be entertained. 3.4 IN CASE OF JOINT VENTURE / CONSORTIUM 3.4.1 The principal (lead) bidder who desire to bid against this specification may submit the offer jointly by entering into a legally valid agreement subject to fulfilment of following requirements. a) The bid, and in case of a successful bid, the Contract Agreement shall be signed so as to be legally binding on all the partners. b) All partners of the Joint Venture / Consortium shall be jointly and severally liable for execution of the contract in accordance with the Contract terms. 3.4.2 All partners of the Joint Venture / Consortium shall meet collectively the Financial criteria given at 3.3 above. However, the minimum average annual turnover of each Joint Venture / Consortium partner(s) (individually) shall not be less than 25% of the tender estimated value.

3.4.3 Each individual partner of Joint Venture / Consortium shall meet the minimum technical experience as per 3.2.1 (a) or 3.2.1 (b) or 3.2.2 as above subject to fulfillment of remaining qualifying criteria jointly by all the partners. 3.4.4 The lead partner shall be authorized to be in charge and this authorization shall be evidenced by submitting a duly registered/ notarized power of attorney signed jointly by legally authorized signatories of all the partners. 3.4.5 A copy of agreement entered into by the Joint Venture / Consortium partners as per format enclosed with bidding documents, shall be submitted with the bid. 3.5 Schedules & Bank Guarantee 3.5.1 Bidders are requested to submit original colour scan copy of duly signed/sealed schedules as per format enclosed with bidding documents in support of qualifying requirements. 3.5.2 The bidder shall be required to furnish Bid Security Deposit (BSD) for an amount equal to 1% (one percent) of the estimated cost of tender in the form of Bank Guarantee from Scheduled Commercial/Nationalized Bank as per format enclosed with bidding documents along with the offer. The validity of Bank Guarantee should be atleast for six (6) months from the originally scheduled date of techno-commercial bid opening. The Bank Guarantee shall be payable at Mumbai. 4.0 General Points:- 4.1 The prices to be quoted against this IFB shall be in Indian Rupees only. 4.2 A complete set of documents can be downloaded by the bidder from MSETCL s SRM - Tendering website. The cost of bidding documents should be paid online before the date of bid submission and the screen shot of successful payment transaction shall be uploaded with bid documents being submitted by the bidder. 4.3 The bidder shall be required to furnish Bid Security Deposit (BSD) for an amount equal to 1% (one percent) of the estimated cost of tender in the form of Bank Guarantee from Scheduled/Nationalized Bank in the prescribed format annexed in the tender specifications as schedule D, along with the offer. The validity of Bank Guarantee should at least be for Six (6) months from the date of opening of bid. The Bank Guarantee should be payable at Mumbai only. 4.4 The tender is invited on individual percentage basis for Supply, Civil & ETC. For Evaluation of the Tender, the total price of Supply, Civil & ETC including all taxes & duties shall be considered. The LOA will be placed on the final accepted price for Supply, Civil & ETC including all applicable Taxes & duties.

4.5 The price variation will be applicable to the items as indicated in clause no 8.3.4 of Book-I (GTC). 4.6 Price variation shall be given on Ex-works price mentioned in MSETCL s estimation in price schedules or Bidders quoted Ex-works price whichever is lower. 4.7 It may please be noted that the taxes / duties will be paid / reimbursed as per actual OR as stated in Price break up statement whichever is lower on submission of valid documentary proof. 4.8 Variation in Statutory Taxes / Duties if any will not be payable. 4.9 Interested bidders may obtain further information, if needed, on our Website www.mahatransco.in or from the Office of the Chief Engineer ( Design,Contracts & Monitoring), Maharashtra State Electricity Transmission Co. Ltd; 5 th floor, Plot No. C- 19, E -Block, Bandra Kurla Complex, Bandra (East), Mumbai 400051. Tel No. 26595000 ( Extn No. 5173/5139/5124) Fax No. (022) 26598587/26598590. 4.10 The new bidders are requested to complete the contractor registrations for SRMtendering with MSETCL as per the procedure prior to the date of submission of the tender documents. The bids of only registered main/lead bidders will be entertained. 4.11 The Bidders have to submit duly filled technical evaluation sheet along with the bid. 5.0 Bidders are requested to note the dates for purchase, submission, and opening of bid documents as below: a) Starting Date of downloading 27.07.2017 b) Price of bid document Rs.25,000/- plus taxes applicable c) Last date and time for submission of bid 29.08.2017 at 13.00 Hrs d) Pre bid meeting 04.08.2017 at 15.00 Hrs e) Last date for submission of Queries 11.08.2017 at 15.00 Hrs f) Date and time for opening of technocommercial bid 29.08.2017 at 15.00 Hrs g) Date and time for opening of price bid of qualified bidders Will be informed later

In case the due date for sale, receipt and/or opening of bids happens to be a holiday, the next working day shall be the corresponding due date. The bidder should take care of SRMtender website system constraint and upload the document accordingly. Note:- Payment receipt to be enclosed with the bids being submitted. Chief Engineer (DC&M)