2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP is given below:-

Size: px
Start display at page:

Download "2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP is given below:-"

Transcription

1 REQUEST FOR PROPOSAL (RFP) SAINIK SCHOOL KALIKIRI, CHITTOOR DIST, (A.P) INVITATION OF BIDS FOR SUPPLY OF SUPPLY OF DRY RATION TO SAINIK SCHOOL KALIKIRI (ANNUAL CONTRACT) Request for proposal (RFP) No 3006/QM/2015 dated 08-Nov Bids in sealed cover are invited for supply of Dry Ration for annual contract. Please super scribe the above mentioned title, RFP number and date of Opening of Bids on the sealed cover to avoid the bid being declared invalid. 2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP is given below:- Principal, SAINIK SCHOOL KALIKIRI, CHITTOOR DIST. (A.P) (a) Bids/queries to be addressed to : PRINCIPAL SAINIK SCHOOL KALIKIRI, CHITTOOR DIST. (A.P) (b) Postal address for sending the Bids : PRINCIPAL SAINIK SCHOOL KALIKIRI, CHITTOOR DIST.(A.P) (c) Name/designation of the contact personnel : ADMINISTRATIVE OFFICER SAINIK SCHOOL KALIKIRI, CHITTOOR DIST. (A.P) (d) Telephone numbers of the contact personnel: , (e) ID of contact person : sainik.kalikiri@gmail.com 3. This RFP is divided into five Parts as follows: (a) Part I Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. (b) Part II Contains essential details of the services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. (c) Part III Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder. (d) Part IV Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. (e) Part V Contains Evaluation Criteria and Format for Price Bids.

2 4. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. 5. The approval or rejection of tenders rests with the Principal, Sainik School, Kalikiri who reserves the right of rejecting any tender in whole or in part without assigning any cause. The lowest tender will not necessarily be accepted. PART I GENERAL INFORMATION 1. Sealed tenders are invited for SUPPLY OF DRY RATION to Sainik School, Kalikiri (Andhra Pradesh). Firms fulfilling the conditions and capable to undertake above supplies may submit bid form with the requisite documents such as Earnest Money Deposit, Valid trade certificate, Service Tax Registration Certificate etc. Tender is to be kept in sealed cover super scribing TENDER FOR SUPPLY OF DRY RATION TO SAINIK SCHOOL KALIKIRI. (a) Tender will be opened in Two Bid System. (b) Last date and time for depositing the bids: DD - MM - YEAR 30 Nov 2015 (By 1000 Hrs) Sealed Bids should be deposited/reach Principal, Sainik School, Kalikiri, Chittoor (Dist) by due date and time. The responsibility to ensure this lies with the Bidder. (c) Time and Date for opening of RFP Technical Bid: Technical Bid documents should be submitted as per the criteria mentioned in RFP Part V in sealed cover indicating Technical Bid. Attested copies of all the documents along with EMD to be annexed. Technical Bid will be opened by a Tender Opening Committee on 30 Nov 2015 at 1600 hrs in the presence of tenderers or their authorized Rep who may be present at that time. (If due to any exigency, the due date for opening of the Bids is declared a Closed Holiday, the Bids will be opened on the next working day at the same time or any other day/times, as intimated by the buyer.) (d) Time and Date for opening of RFP Commercial Bid. Commercial Bid should be submitted in a separate sealed envelope indicating Commercial Bid as per the format placed as Annexure II. No documents are required to be attached with the Commercial Bid. Commercial bid of those firms will be opened subsequently, whose technical bids are found suitable after Technical evaluation is done by the buyer. Tenderers are advised to quote the prices keeping the bye-laws in vogue concerning with the present tender. Unreasonably, inflated or deflated bids may be avoided. Cutting / alteration will give absolute right to reject the tender without assigning reasons whatsoever it may be. 2. Manner of Depositing the Bids: Sealed Bids should be either dropped in the Tender Box marked as TENDER BOX or sent by registered post at the address given above so as to reach by the due date and time. Late tenders will not be considered. No responsibility will be taken for the postal delay or non deliver / non receipt of Bid documents. Bid sent by FAX or e- mail will not be considered.

3 3. Date and Time of opening of Bids: DD - MM - YEAR 30 Nov 2015 (By 1600 Hrs) (If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day / times, as intimated by the Buyer.) 4. Location of the Tender BOX: Main Office, Administration Block, Sainik School Kalikiri 5. Place of opening of the Bids: Conference Hall, Administration Block, Sainik School Kalikiri. The bidders may depute their representative, duly authorized in writing to attend the opening of Bids on the due date and time. Rates and important Commercial/Technical clauses quoted by all bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative. 6. Forwarding of bids: Bids should be forwarded by Bidders under their original Memo / Letter pad inter alia furnishing details of TIN number, VAT / CST number, Bank address, PAN No., Service Tax Payee No., Mobile and Landline number and complete postal and address of their office. 7. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarification sought not later than 14 (Fourteen) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents. 8. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to the deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawl of a bid during the period will result in Bidder s forfeiture of bid security. 9. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in price or substance of the bid will be sought or permitted. No post-bid clarification on the initiative of the bidder be entertained. 10. Rejection of Bids: Canvassing by the bidder in any form, unsolicited letter and post tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

4 11. Unwillingness to quote: Bidder unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in the RFP. 12. Validity of Bids: The Bids should remain valid till 45 days from the last date of submission of the Bids. 13. Cost of Tender Form: Bidders are to remit Rs 200/- ( Rupees Two Hundred only) with Accountant, Sainik School Kalikiri through Demand Draft in favour of Principal, Sainik School Kalikiri payable at Kalikiri towards cost of the tender form. 14. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD) for an amount equal to Rs. 40,000/-(Rupees forty thousand only). The EMD may be submitted in the form of an Account Payee Demand Draft (IFSC Code SBIN ), Fixed Deposit Receipts, Banker s Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government business as per form DPM 16 (Available in MoD website and can be provided on request). EMD is to remain valid for a period of 45 (Forty Five) days beyond the final bid validity period. EMD of the unsuccessful Bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful Bidders would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the Bidder withdraws or amends or impairs or derogates from the tender in any respect within the validity period of their tender. 15. Standard conditions of Contract (SCOC): The bidder is required to accept our standard conditions of contract. In addition standard clauses regarding agents/agency commission, penalty for use of undue influence, access to books of account, nondisclosure of contract documents, arbitration and laws would be incorporated in the contract. Failure to do so may result in rejection of the bid submitted by the bidder. 16. Submission of Quotes: Firms are requested to submit quotes on comprehensive basis during the contract whilst meeting specified parameters on original letter pad with TIN/PAN/VAT/Registration number of firm. 17. Past Experience. Past experience if any, in providing contract to major organizations including Defence units is to be substantiated with a certificate issued by the organization. 18. Contact Person: Telephone / Cell /FAX numbers are to be clearly endorsed in the application along with the particulars of the Proprietor and Authorised Person to be contacted for official correspondence. 19. Parallel Contract: The contract concluding authority reserves the right to distribute /apportionment of total requirement between the firms in case it is considered that L1 is not able to meet requirement in full with the same terms and conditions and at L1 rate.

5 PART II SAINIK SCHOOL KALIKIRI (ANDHRA PRADESH) TENDER SCHEDULE: DRY RATION Schedule of Requirements List of items / services required is as follows: - LIST FOR SUPPLY OF DRY RATION Sl.No Name of the Item Unit PART - I 01. REDGRAM DAL 100 KG 02. BENGAL GRAMDAL 100 KG 03. BLOCK GRAMDAL 100 KG 04. GREEN GRAMDAL 100 KG 05. FRIED GRAMDAL 100 KG 06. GROUND NUTS 100 KG 07. CHENNA (WHITE) 10 KG 08. GREEN PEACE 10 KG 09. GREEN GRAM 10 KG 10. ALASANDI 10 KG 11. BOMBAY RAVVA 100 KG 12. BANSI RAVVA 100 KG 13. GRAM FLOUR 100 KG 14. BAKING SODA 1 KG 15. MAIDA 100 KG 16. IDLY RAVVA 100 KG 17. DRY COCONUT 1 KG 18. TAMARIND 10 KG 19. PUFFED RICE 1 KG 20. RICE FLAKES 1 KG 21. SUGAR 100 KG 22. JAGGERY 1 KG 23. DRY CHILLIES 1KG 24. CORIANDER SEEDS 1KG 25 CHEKKA 1 KG 26 CLOVES 100 GMS 27 ELACHI 100 GMS 28 MENTHI 1 KG 29 MUSTARD 1 KG 30 POPPY SEEDS 1 KG 31 PEPPER 1 KG 32 JEERA 1 KG 33 CASHEW NUT 1 KG 34 RAISINS 1 KG 35 MEAL MAKER 1 KG 36 JINJILY SEEDS 1 KG 37. RAGULU 1 KG PART II BRANDED 38 WHEAT FLOOR 100 KG 39 CORIANDER POWDER 40 TURMERIC POWDER 1 KG 1 KG

6 TERMS AND CONDITIONS 41 CHILLY POWDER 1 KG 42 LG ASFOTODIA 100 GRMS PACKT 43 PAPAD ASHOKA 100 GMS 44. JAMUN MIX PRIYA 1 KG MTR 1 KG 45 VERMICELLI BAMBINO 1 KG MTR 1 KG 46 TEA POWDER 3 ROSES 1 KG /TAJMAHAL TAJMAHAL 1 KG 47 BOOST 1 KG 48. BISCUITS - 1 PKT TIGER/SUNFEAST/ GOOD DAY/BRITANIA/HORLICS FAMILY PACK BISCUITS PARLEY FAMILY 1 PKT PACK 49 DALDA./ VIJAYA 1 LTR PKT GOLD ACT 1 LTR PKT 50 GROUND NUT 1 LTR PKT OIL(VIJAYA/FORTUNE/P RIYA) 51 SUNFLOWER OIL(VIJAYA) 1 LTR PKT FORTUNE/PRIYA 1 LTR PKT 52 PALMOLINE OIL(VIJAYA) 1 LTR PKT FORTUNE/PRIYA 1 LTR PKT 53 COCONUT OIL 1 PKT 50 PARACHUT GRMS NIHAR 1 PKT 50 GRMS 54 ROCK SALT 01 KG PKT ANNAPURNA/ TATA 01 KG PKT 55. TABLE SALT 01 KG PKT ANNAPURNA/ TATA 01 KG PKT 56 CLEANING POWDER(SABEENA) 01 KG PKT 57 GHEE VIJAYA/NANDINI 01 KG PKT PART III RICE 58 SONA MASURI OLD 100 KG 59 HAMSA OLD 100 KG ANDHRA ARIHANT 100 KG 1. Tenderers have to quote their lowest possible rates as applicable for all the list of items inclusive of all Taxes, etc., [i.e., for Sainik School Kalikiri (Andhra Pradesh)] both in figure and words at Annexure as applicable. The rates quoted on the individual firm's letter pad or any other paper will not be considered under any circumstances. School authorities have the right to reject any or all the tenders without assigning any reason. PART orders for supplies to different tenderers based on the individual item rate/unit quoted are also applicable.

7 2. Tenders should satisfy themselves fully about the location of the School and existing facilities before offering their quote/bid. 3. The suppliers shall be solely responsible for any damage or loss of goods during transportation/loading or unloading or otherwise irrespective of cause, and replace the damaged ones with brand new goods within 10 days (including Sundays). Damage to public property and life due to any form of negligence of their labourers/other staff or vehicles/machinery at the time of supply/services in the School campus and the damage shall be good at their own or suitably compensated at the earliest as reasonably demanded by the School Authorities. 4. All Supplies/Services will be according to brand, specifications and quantity stated so, if any. The agreement bond must be signed prior to the first supply order. Ambiguity if any will be clarified by the School authorities in writing duly approved by the Principal/Board of Officers/Committee appointed at any time of acceptance of the order(s). All Bills will be settled as per the existing procedures including the refund of the Earnest Money and Security Deposit. 5. Delivery period for supply of items would be as per the supply order issued from time to time from the effective date of contract and the penalty will be levied at 0.5% of the order value for each day of delay. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause. 6. The contractor shall not use any polythene bags and shall not supply the items in the polythene bags. Consumption of liquor, tobacco, and cigarette/bidi is strictly prohibited in the school campus by the contractor or any of his employees. 7. The Administrative Officer, Sainik School Kalikiri may authorize such officer/officers, as he may wish, to operate the contract on his behalf and the contractor and his agents will accept and carryout instructions given by the officer (or his representatives) in connection with the contract as if those were issued by the Administrative Officer. 8. The Administrative Officer or his authorized representative to whom the supplies are to be delivered in the contract may reject the supplies in whole or in the part, or in the supplies are not in respect or in accordance with the contract in their opinion. The contractor shall not charge or be paid for such supplies rejected as above and such supplies shall be replaced by him at once at his expense. 9. The contractor shall neither claim nor be entitled to payment for any damage for rejected items may suffer from cutting, tearing or any other harm incidental to a full examinations and test of such supply. 10. All money or compensation payable by the contractor to the Sainik School Kalikiri under the terms of the contract may be deducted from his security deposit or from any sums, which may be due or may become due to him by the school under the contract. 11. In the event of the security deposit being reduced by reasons of any non compliance of the contract, the contractor shall within ten days from the date of being called upon to do so make good the amount required to complete the security deposit. 12. The Administrative Officer, Sainik School Kalikiri may rescind the contract for the following reasons: - (a) If the contractor assigns or sublets this contract without the Administrative Officer s written approval or if the contractor attempted to do so. (b) If the contractor or any of his agents or his servants are guilty of fraud in respect of the contract, directly or indirectly give or promise to give or offer any bribe, gift, loan, reward or advantage, pecuniary or otherwise to any officer or persons in employment of the school.

8 (c) (d) If the contractor declines, neglects or delays to comply with any demand or requisition or in any other way fails to perform or serve any condition of the contract. In case of recession, the Administrative Officer shall be entitled to recover from the contractor, on demand, any extra expense he may put to in obtaining supplies hereby agreed to be supplied from elsewhere hereof for the remainder of the period for which this contract was entered into without prejudice to any other remedy he may have. 13. Notwithstanding anything herein before contained, the Administrative Officer may recover from the contractor as compensation, such sums as he considers reasonable, if he fails to observe or perform any condition of the contract. 14. The contractor agrees to the Sainik School Kalikiri authorized representative exploring markets in the area in which contractor may obtain or procure supplies to meet demand under this contract either for the purpose of obtaining records or resources or of purchasing any commodity for the purpose of building up reserves as may be considered necessary and any control which the Administrative Officer may wish to introduce during the currency of the contract. 15. No revision of rates for any items supplied in the tender will be entertained during the period of tender and will be considered as breach of contract and will be dealt accordingly. 16. No payment will be made in advance for any supplies under this contract. 17. If during the currency of the contract, specification of any article or articles be changed then the contractor shall continue to supply the said article/articles in accordance with the new specifications at rate to be mutually agreed to in writing at the time of such changed by the Administrative Officer. 18. The contractor shall oblige his servants and agents to conform to any reasonable instructions to ensure their punctuality in attendance or supply, cleanliness and respectful behaviour that may be given to the Administrative Officer or his representatives. 19. The contractor s security deposit or any balance thereof remaining at the end of the contract shall not be returned to him until his accounts have been finally audited and settled and until he has executed the usual No Demand Certificate. 20. During the term of the contract the Administrative Officer at his discretion cancel, substitute or any one or more of the items covered by the schedule of the supplies and make alternative arrangements for its service or procurement without assigning any reason, after giving the contractor seven days notice thereof. 21. In the event of any decrease/increase in the school strength and consequently in demand of service the contractor shall not be entitled to any compensation. 22. Notwithstanding anything to the contrary herein contained the contract may be terminated by the Administrative Officer by giving the contractor a fortnight (14 days) notice in advance without assigning any reason and without the contractor being entitled for any compensation on this account. If the contractor wishes to terminate this agreement on his own request, his security deposit will be forfeited and he will be black listed for future or otherwise depending upon the decision of the authority. 23. By virtue of the contractors position as a contractor he fully understands that he and his employees and representatives are not to divulge any information in respect of this school that may come to their knowledge regarding strength, composition, location or rates of supply etc to any unauthorized person/persons. 24. The contractor acknowledges that he has made himself fully acquainted with all the conditions and circumstances under which the supplies required under this contract will have to be made or furnished and with all the terms, clauses, conditions, specifications and other details of the contract and he shall not plead ignorance of any of these as an excuse in case of complaints against or rejection

9 of supplies, tendered by him or with a view whether to asking for enhancement of any rates agreed to in the contract or to evading any of the obligation under the contract. 25. The contractor will pay a sum of Rupees per month as decided by the school, if any room is allotted to him for keeping his bulk supplies during the contract period, he will vacate the accommodation allotted to him in case the contractor s contract is terminated or whenever he is asked to do so. The Administrative Officer or his representatives will have the sole right to take possession of the accommodation in case of failure on the part of the contractor to vacate the premises so allotted within the stipulated date mentioned by the Administrative Officer. 26. The supplies are to be made as per the date, time and place mentioned in the Demand Letter/Supply Order. 27. The contractor and his staff will strictly comply with all security and discipline norms of the school and will at all times be polite and courteous to all staff, cadets, parents or other users. 28. The contractor will render proof of police verification of character and antecedents of his employees proposed to be employed inside School premises. 29. The successful tenderer will execute an agreement in favour of Administrative Officer, Sainik School Kalikiri on court fee non- judicial stamp of appropriate denomination incorporating the above and such other terms and may be prescribed by Administrative Officer, Sainik School Kalikiri. Income tax deductions will be made as per Govt. rules from the contractors bills. 30. The Administrative Officer and persons authorized by the Administrative Officer, Sainik School Kalikiri will be the authorized representatives for the purpose of receipt, inspection, acceptance and accounting covered by this contract. All indents and supply orders must however, be signed by the Administrative Officer, Sainik School Kalikiri. The supply should be made to the authorized representative of the Administrative Officer, Sainik School Kalikiri at the ration stand of the Sainik School Kalikiri or any other specified premises within the school campus free of transport and labour charges. 31. All supplies or items must be laid out properly in front of ration stand or any other specified place within the school premises for inspection before acceptance. 32. During the term of the contract the Administrative Officer, Sainik School Kalikiri at his discretion cancel, substitute or change of the menu, any one or more of the items covered by the schedule of the supplies and make alternative arrangements for its/their supply or procurement without assigning any reason, after giving the contractor seven days notice thereof. 33. The School reserves its right to buy any of the above mentioned Dry Provision/Fresh items specified in the Tender Form from the CSD, Army Depots, Andhra Pradesh State Civil Supply Depots/Raitu Bazaar/Market or from the Mills. 34. Packing material delivered along with the supplies is the property of Administrative Officer, Sainik School Kalikiri and the contractor shall not claim either the material or compensation for the packing material in any form. 35. All store items should be in net weight excluding packing materials i.e., Jute Bags/Plastic bags, if any, and accordingly bill to be submitted with net weight only. Otherwise, the bill will be amended accordingly on the net weight only by the school authorities. 36. The contractor shall submit on 01st and 16th of each month to the Administrative Officer, Sainik School Kalikiri one bill in duplicate in English for all services/supplies accepted during the previous fortnight as demanded twice in a month or so. Charges for these bills always be entered at the same rates as are shown in the schedule of the contract as pertains to it. 37. Prior approval of the Principal must be obtained for supply of the items not tendered.

10 PART III STANDARD CONDITIONS OF RFP The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 1. Law: The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. 2. Effective Date of the Contract: The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract. 3. Arbitration: All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. All such disputes or differences shall be referred to the sole arbitration of Principal, Sainik School Kalikiri or any other Officer appointed by him on his behalf, whose decision thereon shall be final and binding on both parties. It will be no objection that the arbitrator is a Government Servant that he had to deal with the matters to which the contract relates or that in the course of his duties as a Govt. servant he has expressed views in all or any of the matter in dispute or difference. The arbitrator may with the consent of the parties enlarge the time for making and publishing the award, from time to time. The standard clause of arbitration is as perform DPM -7, DPM-8 & DPM-9 (available in MoD website and can be provided on request). The venue for the Arbitration will be Chittoor and the decision of the arbitrator shall be final and binding on both parties. 4. Penalty for use of Undue influence: The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any

11 favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer. 5. Agents / Agency Commission: The bidder confirms and declares to the User that the bidder is the original provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the bidder; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The bidder agrees that if it is established at any time to the satisfaction of the User that the present declaration is in any way incorrect or if at a later stage it is discovered by the User that the bidder has engaged any such individual/firm, and paid or intended to pay an y amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the bidder will be liable to refund that amount to the User. The bidder will also be debarred from entering into any Services Contract with the Government of India for a minimum period of five years. The User will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the bidder who shall in such an event is liable to refund all payments made by the User in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The User will also have the right to recover any such amount from any contracts concluded earlier with GOI. 6. Access to Books of Accounts: In case it is found to the satisfaction of the User that the Bidder has engaged an Agent or Paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Bidder, on a specific request of the User, shall provide necessary information/inspection of the relevant financial documents/information. 7. Non-disclosure of Contract Documents: Except with the written consent of the Buyer / Seller, other party shall not disclose the contractor any provision, specification, plan, design, pattern, sample or information thereof to any notice. 8. Termination of Contract: The contact will be in force for one year from the date of signing contract except when terminated earlier as provide herein and shall automatically expire thereafter unless extended further by mutual consent of both Buyer and the Seller. Buyer and sellers, however, be entitled to terminate the contract at any time by giving on calendar month s notice in writhing to the other. In the event on any breach of the conditions of the contract on the part of seller, buyer may terminate the contract by giving notice of one month and may claim from seller compensation for any loss or damage caused as a result of the breach and amount of which will be determined by mutual agreement and shall be subject to approval of Chairman LBA whose decision shall be binding on both the parties. The User shall have the right to terminate this Contract in part or in full in any of the following cases:- (a) The services provided are delayed for causes not attributable to Force Majeure for more than one month after commencement of the said services. (b) The Bidder is declared bankrupt or becomes insolvent. (c) The User has noticed that the Bidder has utilized the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc.

12 (d) As per decision of the Arbitration Tribunal. (e) On account of any default on part of the contractor. 9. Extension of Contract: The contract may be extended subject to rendering of satisfactory performance by the contractor during the period of contract. If extension is granted, terms and conditions and rate would remained unchanged for the period of extension. Willingness from contractor for extension at same rate, scope of work, terms and conditions is to be submitted for the subject extension. 10. Notices: Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 11. Transfer and Sub-Letting: The seller has no right to give, bargain, sell, assign or sublet or otherwise dispose off the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract of any part thereof. 12. Amendments: No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 13. Taxes and Duties: (a) In respect Foreign Bidder In respect of indigenous Bidders (b) Customs Duty : Not Applicable : Not Applicable : Not Applicable (c) Excise Duty : Not Applicable (d) Sales Tax / VAT (e) Octroi Duty and Local Taxes : Not Applicable : Not Applicable

13 PART IV SPECIAL CONDITIONS OF RFP The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the contract concluded with the successful Bidder (i.e., Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. Performance Guarantee/Security Deposit: Tenderer whose tender is accepted has to furnish the Performance Bank Guarantee (PBG) by way of Bank Guarantee through a Public Sector Bank or Private Sector Bank authorised to conduct Government Business (ICICI Bank Ltd, Axis Bank Ltd., or HDFC Bank Ltd.,) for a sum equal to Rs. 1, 50,000/-(Rupees one lakh fifty thousand only) within 30 days of receipt of the confirmed order. Performance Bank Guarantee (PBG) should be valid up to 60 days beyond the date of completion of contractual obligations. The PBG is returned to the supplier on successful completion of all his obligations under the contract. In case the term of the contract is extended at mutual consents, the tenderer must get PBG revalidated, if not already valid. 2. Option Clause : Not Applicable 3. Repeat order Clause : Not Applicable 4. Tolerance Clause : Not Applicable 5. Payment terms for indigenous sellers : Not Applicable 6. Advance Payment : No advance payment (s) will be made 7. Payment Terms for indigenous Bidder: It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payment could be made through ECS/EFT mechanism instead of payment of through cheques, wherever feasible. No advance payment will be made. The payment will be made on the basis of satisfactory certificate by the User. 8. Paying Authority: Administrative Officer, Sainik School Kalikiri. The payment of bills will be made on submission of the following documents by the Seller to the paying authority along with the bill every month on or before 10th of the following month after completion of previous month task. The documents for payment should be submitted on or before 3rd of the following month. (a) Ink-signed copy of contingent bill / Seller s Bill (b) Ink-signed copy of commercial invoices / seller s bill (c) Claim for statutory and other levies to be supported with requisite documents/proof of payment such as, proof of payment for EPF /ESIC contribution with nominal roll of beneficiaries. (d) Details of electronic payment viz. Account Holder s name Bank Name, Branch Name and Address, Account type Account Number. IFSC code, MICR Code (if these details are not incorporated in supply order / contract) 8. Risk and Expense Clause: The Administrative Officer, Sainik School Kalikiri shall in the event of rejection of supply offered be entitled to demand replacement at the contractor s own cost of such supply. In the event of the latter s failing, declining, neglecting or delaying to comply with any rejection or otherwise not executing the same in accordance with the terms

14 of the contract, the Administrative Officer, Sainik School or the officer operating the contract shall be at liberty (without prejudice or compensation against loss and inconvenience caused by such breach or non compliance of the contract) to purchase items in lieu or purchase the items locally if available to procure or otherwise at the contractors own risk and expense, supply as may have been rejected or that the contractor may have failed, neglected, declined or delayed to supply such authorized substitutes thereof as are specified in the scheduled thereof and excess cost so incurred in purchasing, procuring (together with all incidental charges) in excess of the contract price shall be recovered from him on demand. The Contractor shall be liable to pay compensation for the damage wilfully or negligently caused by him or his servants or agents to any built up area, or any property movable or immovable within the school campus. The extent and amount of the damage is to be determined solely by the Principal, Sainik School Kalikiri and his decision in this regard shall be binding on the Contractor who shall be liable to pay such damage within ten days of the receipt of a written notice from the Principal Sainik School Kalikiri. 9. Force Majeure Clause (a) Neither party shall bear responsibility for the complete or partially nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract). If the non performance result from such Force Majeure circumstances as Flood, Fire, Earthquake and other acts of God as well as War, Military operation, blockade. Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract. (b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstance and their consequences but in a same month. (c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form to the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than one working day from the moment of their beginning. (d) Certificate from District Magistrate, Chittoor or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances. (e) If the impossibility of complete or partial performance of an obligation lasts for more than three working days (except for those mentioned in para (a) above, buyer reserves the right to terminate the contract totally or partially upon giving prior written notice of 05 days to the other party of the intention to terminate without any liability. Contractor will forfeit his security deposit. 10. Transport: In case contractor fails to provide transport for the garbage clearance for the amount quoted / claimed for the same will be deducted from the monthly bills of the firm.

15 PART V EVALUATION CRITERIA & PRICE BID ISSUES 1. Evaluation Criteria: The broad guidelines for evaluation of Bids will be as follows: (a) Only those bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially. (b) In respect of Two-Bid system, the Technical Bids forwarded by the Bidders will be evaluated by the Technical Committee with reference to the Technical characteristics and terms and conditions as mentioned in the RFP Annexure I. The compliance of Technical Bids would be determined on the basics of the parameter specified in RFP. The price bids of only those Bidders will be opened subsequently whose Technical bids would clear the Technical Evaluation. (c) The lowest bid will be decided upon the lowest price quoted by the particular Bidder as per the commercial-bid format given at Annexure-II to this tender enquiry/rfp. All columns of commercial bids shall be filled in by the bidders and no column should be left blank failing which his bid will be rejected. All taxes and duties (including those for which exemption certificates are issued) quoted by the Bidders will be considered. The ultimate cost to the Customer would be the deciding factor for ranking of bids. (d) No document is required to be attached with the commercial bid. Tenderers are advised to quote the prices keeping the bye-laws in vogue concerning with the present tender. Unreasonably inflated or deflated bids may be avoided. Cutting/alteration made in the tender shall be attested. The Principal, Sainik School Kalikiri, reserves the absolute right to reject the tender without assigning reason whatsoever it may be. (e) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity including standard taxes applicable as on date issued by the Govt., the unit price will prevail and the total price will be corrected accordingly, if there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (f) The lowest Acceptable Bid will be considered further for placement of contract after complete clarification and price negotiations, if necessary as decided by the Customer. (g) The format of Technical and Commercial Bids are placed as Annexure I and II of the RFP. All the columns of both the Bids are required to be filled correctly.

16 FORMAT FOR TECHNICAL BID Annexure I 1. Technical Evaluations: The following shall be the minimum eligibility criteria for fulfilling the Technical evaluation. The Commercial evaluation shall be carried out only in respect of those bidders whose bid meets the Technical criterion. (A Proof in support of the following criterion by the Bidder). (a) (b) (c) (d) (e) (f) (g) EMD Tender form signed in all pages duly stamped & dated PAN Card photocopy duly attested Financial stability Certificate during current financial year from Scheduled Bank preferably Nationalized Bank mentioning the appropriate value up to which the Tenderer is capable of undertaking the contract. Valid Trading License for the State(s) for which tender is submitted. A passport photograph of the signatory of the Tenderer and duly attested. One Cancelled Original Bill to be submitted along with the tender Form.

17 FORMAT FOR COMMERCIAL BID Annexure II 1. Evaluation Criteria - The broad guidelines for evaluation of Bids will be as follows: (a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP. (b) The Lowest Bid will be decided upon by a Committee as per the lowest price quoted by the particular Bidder as per the Price Format and after Price Negotiations with such bidder. The ultimate cost to Sainik School, Kalikiri would be the deciding factor for ranking of Bids. (c) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Committee. The Principal, Sainik School, Kalikiri will have the right to award contracts to different Bidder for being lowest in particular items. (d) Principal, Sainik School, Kalikiri also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to provide / supply full requirement / quantity in stipulated time.

18 PRESCRIBED FORM OF SCHEDULE OF RATE FOR SUBMITTING TENDERS 1. I hereby quote to SUPPLY OF DRY RATION for annual contract as specified in the underwritten schedule in the manner in which and within the same prescribed at the rates given below. The quotation furnished in the schedule is subject to the condition set forth in the tender note and tender form received by me. 2. I hereby enclosed a Bank draft bearing No., dated for Rs.40,000/- (Rupees Forty Thousand only) towards deposit as Earnest Money and agree to have it forfeited to the School in case of my failure to undertake the contract for the items accepted by the Principal, Sainik School Kalikiri. 3. In case of my tender being accepted, and I/We coming into an agreement with Administrative Officer, Sainik School, Kalikiri. I/We hereby agree and promise to pay an amount of Rs.1,50,000/- (Rupees One Lakh and Fifty Thousand only) as Security Deposit in the form of SBI demand draft drawn in favour of the Principal, Sainik School, Kalikiri within first 10 days of the contract agreement for the purpose of faithful performance of the contract agreement. I/We also agree to have our Security Deposit forfeited to Sainik School, Kalikiri in case of : (a) My/Our failure to undertake the contract for the items accepted by Administrative Officer, Sainik School, Kalikiri. (b) For unfaithful performance of the contract agreement under any clause in the contract agreement. as specified 4. I/We also agree to the fact that my/our Security Deposit shall be returned to me/us without any interest only after the end of the contract agreement period subject to faithfully performing the agreement by me/us and subject to submission of No Demand Certificate (NDC) Supply of Dry Ration LIST FOR SUPPLY OF FRESH RATION Sl.No Name of the Item Unit PART - I 01. REDGRAM DAL 100 KG. 02. BENGAL GRAMDAL 100 KG. 03. BLOCK GRAMDAL 100 KG. 04. GREEN GRAMDAL 100 KG. 05. FRIED GRAMDAL 100 KG. 06. GROUND NUTS 100 KG. 07. CHENNA (WHITE) 10 KG. 08. GREEN PEACE 10 KG. 09. GREEN GRAM 10 KG. 10. ALASANDI 10 KG 11. BOMBAY RAVVA 100 KG. Quoted Rate (in Rupees) Rates Includes VAT/Taxes, Transport, Labour charges. Loading & unloading charges etc in all respects

19 12. BANSI RAVVA 100 KG. 13. GRAM FLOUR 100 KG. 14. BAKING SODA 1 KG. 15. MAIDA 100 KG. 16. IDLY RAVVA 100 KG. 17. DRY COCONUT 1 KG. 18. TAMARIND 10 KG. 19. PUFFED RICE 1 KG. 20. RICE FLAKES 1 KG. 21. SUGAR 100 KG 22. JAGGERY 1 KG. 23. DRY CHILLIES 1KG. 24. CORIANDER SEEDS 1KG. 25 CHEKKA 1 KG. 26 CLOVES 100 GMS. 27 ELACHI 100 GMS. 28 MENTHI 1 KG. 29 MUSTARD 1 KG. 30 POPPY SEEDS 1 KG. 31 PEPPER 1 KG 32 JEERA 1 KG. 33 CASHEW NUT 1 KG. 34 RAISINS 1 KG. 35 MEAL MAKER 1 KG. 36 JINJILY SEEDS 1 KG. 37. RAGULU 1 KG. PART II BRANDED 38 WHEAT FLOOR 100 KGS % Discount on MRP 39 CORIANDER POWDER 1 KG % Discount on MRP 40 TURMERIC POWDER 1 KG % Discount on MRP 41 CHILLY POWDER 1 KG % Discount on MRP 42 LG ASFOTODIA 100 GRMS % Discount on MRP PACKT. 43 PAPAD ASHOKA 100 GMS. % Discount on MRP 44. JAMUN MIX PRIYA 1 KG. % Discount on MRP MTR 1 KG. % Discount on MRP 45 VERMICELLI BAMBINO 1 KG % Discount on MRP MTR 1 KG % Discount on MRP 46 TEA POWDER 3 ROSES 1 KG. % Discount on MRP /TAJMAHAL TAJMAHAL 1 KG. % Discount on MRP 47 BOOST 1 KG % Discount on MRP 48. BISCUITS - 1 PKT. % Discount on MRP TIGER/SUNFEAST/ GOOD DAY/BRITANIA/HORLICS FAMILY PACK BISCUITS PARLEY FAMILY PACK 1 PKT. % Discount on MRP

20 49 DALDA./ VIJAYA 1 LTR pkt. % Discount on MRP GOLD ACT 1 LTR pkt. % Discount on MRP 50 GROUND NUT 1 LTR.PKT % Discount on MRP OIL(VIJAYA/FORTUNE/P RIYA) 51 SUNFLOWER OIL(VIJAYA) 1 LTR. PKT % Discount on MRP FORTUNE/PRIYA 1 LTR. PKT % Discount on MRP 52 PALMOLINE OIL(VIJAYA) 1 LTR.PKT % Discount on MRP FORTUNE/PRIYA 1 LTR.PKT % Discount on MRP 53 COCONUT OIL 1 PKT 50 % Discount on MRP PARACHUT GRMS NIHAR 1 PKT 50 % Discount on MRP GRMS 54 ROCK SALT 01 KG.PKT % Discount on MRP ANNAPURNA/ TATA 01 KG.PKT % Discount on MRP 55. TABLE SALT 01 KG.PKT % Discount on MRP ANNAPURNA/ TATA 01 KG.PKT % Discount on MRP 56 CLEANING POWDER(SABEENA) 01 KG PKT. % Discount on MRP 57 GHEE VIJAYA/NANDINI 01 KG PKT. % Discount on MRP PART III RICE 58 SONA MASURI OLD 100 KG 59 HAMSA OLD 100 KG ANDHRA ARIHANT 100 KG 6. Any packet items must have a minimum of 3 months shelf period. All masala items must be from registered producers, manufactures and should have the quality certification mark. 7. Tenderer should quote the rate of items per QTI. In case of mustard oil/refined oil rates quoted should be for 100 litres. All rates quoted should be inclusive of container/bags. 8. The contractor should be agreeable to supply at least minimum twice a month to the school. Unrealistic low rates will not be considered. 9. The rates are quoted including all taxes, transport and delivery at Sainik School, Kalikiri, Chittoor Dist, Andhra Pradesh. 10. Supplies will be made in time and date stipulated without causing any delay. 11. Income tax deductions & payment may be made as per the Government Rules issued from time to time. 12. Xerox copies of APGST/CST/TIN number, PAN number, Bank Account Number and other relevant E-payment details like IFSC code No, Bank Name, Bank code (MICR) etc are enclosed herewith. Place: Date: Signature of Tenderer(s) Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc) Telephone No. (RUBBER STAMP)

Request for proposal (RFP) No SSKAL/3006/QM/2015 (iii) dated 31-Dec Principal, SAINIK SCHOOL KALIKIRI, CHITTOOR DIST. (A.

Request for proposal (RFP) No SSKAL/3006/QM/2015 (iii) dated 31-Dec Principal, SAINIK SCHOOL KALIKIRI, CHITTOOR DIST. (A. REQUEST FOR PROPOSAL (RFP) SAINIK SCHOOL KALIKIRI, CHITTOOR DIST, (A.P) -517 234 INVITATION OF BIDS FOR SUPPLY OF DRESSED BROILER CHICKEN AND FRESH EGGS TO SAINIK SCHOOL KALIKIRI (ANNUAL CONTRACT) Request

More information

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc. 1 GOVERNMENT OF INDIA Zoological Survey of India M-Block, New Alipore, Kolkata-700 053 F. ZSI/63-1/2018/St/ Date: 15 th Nov., 2018 Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological

More information

TENDER PRINTING OF STATIONARY AND SCHOOL MAGAZINE FOR PERIOD 15 AUG 2016 TO 31 JULY 2017

TENDER PRINTING OF STATIONARY AND SCHOOL MAGAZINE FOR PERIOD 15 AUG 2016 TO 31 JULY 2017 Tele/Fax: 06150 231681 E-mail: ssgopalganj@rediffmail.com Sainik School Gopalganj Post: Hathwa District: Gopalganj Bihar - 841 436 TENDER PRINTING OF STATIONARY AND SCHOOL MAGAZINE FOR PERIOD 15 AUG 2016

More information

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags Government of India Ministry of Defence Office of the Controller of Defence Accounts No.1, Staff Road, Secunderabad 500 009 TELE: 040-27843385 FAX: 040-27817275 No. AN/III/2001/OC/briefcases & hb/16-17

More information

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018 TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018 NOTICE INVITING TENDERS Director, IITH invites sealed tenders

More information

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. 001/2018-2019 TENDER DATE 10/04/2018 DUE ON 20/04/2018 BY 3:00 PM UN-PRICED

More information

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad NOTICE FOR EMPANELMENT OF SUPPLIERS FOR SUPPLY OF PROVISIONS TO THE OFFICERS LOUNGE AND DINING ROOM (OLDR) OF RESERVE BANK OF INDIA,

More information

ESI CORPORATION MODEL HOSPITAL

ESI CORPORATION MODEL HOSPITAL ESI CORPORATION MODEL HOSPITAL UNDER THE MINISTRY OF LABOUR & EMPLOYMENT (GOVERNMENT OF INDIA) BELTOLA, GUWAHATI -781 022 Tel: (0361) 2301082, E-mail: mh-guwahati.esic@nic.in No. 432-U-16/25/06/03 Date:

More information

SAINIK SCHOOL NALANDA VILLAGE NANAND, PO PAWAPURI, DIST NALANDA, BIHAR

SAINIK SCHOOL NALANDA VILLAGE NANAND, PO PAWAPURI, DIST NALANDA, BIHAR SAINIK SCHOOL NALANDA VILLAGE NANAND, PO PAWAPURI, DIST NALANDA, BIHAR 803115 TENDER DOCUMENT FOR SUPPLY MISC ITEMS REQUIRED FOR CENTRAL ZONE CHAMPIONSHIP (One Time Measure) ADVERTISEMENT/TENDER No: SSNL/3007/MISC

More information

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE Employees State Insurance Corporation Model Hospital, PGIMSR & MEDICAL COLLEGE (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/23528611 Fax: 080-23325130

More information

REQUEST FOR PROPOSAL. Korukonda Vizianagaram Dt A.P (Reply should be addressed to the Principal) No.SSK/3054/QM/CR/2016 Feb 2016

REQUEST FOR PROPOSAL. Korukonda Vizianagaram Dt A.P (Reply should be addressed to the Principal) No.SSK/3054/QM/CR/2016 Feb 2016 REQUEST FOR PROPOSAL Tele:08922-246128 Sainik School Korukonda Vizianagaram Dt A.P. 535214 (Reply should be addressed to the Principal) No.SSK/3054/QM/CR/2016 Feb 2016 M/s Sir, REQUEST FOR PROPOSAL FOR

More information

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax Bank Note Paper Mill India Private Limited, Mysore Invites sealed quotations for Sale of Kraft Sheet & Wooden Pallets at BNPM, Mysore. The Tender document is hosted on Company s website http://www.bnpmindia.com.

More information

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank Sir Vithaldas Thackersey Memorial Building, 9, Maharashtra Chamber of Commerce Lane, Fort, Mumbai

More information

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL Government of India Regional Museum of Natural History (Ministry of Environment forests & Climate Change) E-5, Arera Colony, Bhopal-462016

More information

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33. AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33. Ref. No. APMC/ED(C)/2014-15/ Issued to M/s............ NOTICE

More information

NATIONAL LAW UNIVERSITY, ODISHA, CUTTACK (Established by Act 4 of 2008) OFFER DOCUMENTS For Purchase of Books for the University s Library. (Purchase Enquiry No. NLUO/LIBRARY/2018(3) Dt.26.11.2018) T h

More information

PUNJAB TECHNICAL UNIVERSITY,

PUNJAB TECHNICAL UNIVERSITY, PUNJAB TECHNICAL UNIVERSITY, 1. NOTICE INVITING TENDER FOR HIRING OF BUSES Sealed Tenders are invited from reputed and established Bus Operators for supply of Buses on monthly requirement basis for a period

More information

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur NIT No. : NIT Issue Date : 17 th February, 2017 Pre Bid Meeting : 27 th

More information

Government of India Ministry of Information & Broadcasting. Broadcast Engineering Consultants India Limited. C-56 A/17, Sector -62, Noida (UP)

Government of India Ministry of Information & Broadcasting. Broadcast Engineering Consultants India Limited. C-56 A/17, Sector -62, Noida (UP) Government of India Ministry of Information & Broadcasting Broadcast Engineering Consultant India Limited C-56 A/17, Sector -62, Noida-201307 (UP) Expression of Interest (with commercial offer) For Empanelment

More information

PEC University of Technology, Chandigarh

PEC University of Technology, Chandigarh PEC University of Technology, Chandigarh To Memo No. PEC/DDO/SO/SKG/10296-317 Dated: Chandigarh the: 26.04.2016 Subject: Limited Tender. Limited tenders are hereby invited in respect of purchase of printing

More information

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi 1/6 SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi - 110201 Last date for submission of Tender is 07 th February, 2019 upto 03:00 p.m. F. No.102/PP/19/SCI(AM) Dated the 17 th January,

More information

2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP is given below:-

2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP is given below:- REQUEST FOR PROPOSAL (RFP) SAINIK SCHOOL KALIKIRI, CHITTOOR DIST, (A.P) -517 234 INVITATION OF BIDS FOR SUPPLY OF FRESH VEGETABLES AND FRESH FRUITS TO SAINIK SCHOOL KALIKIRI (ANNUAL CONTRACT) Request for

More information

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m. HOSTEL SECTION RE-TENDER PAPER Hostel No. / 302 /2017-18 TENDER Name of work Name of Bidder : Tender Fee Annual Maintenance Contract for Water Purifier at the Hostels : of SVNIT, Surat :Rs.1000=00 Issue

More information

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking) PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking) CIN: U15511PY1971SGC000113 RS No. 144 & 145, Ariyapalayam, Tel: 0413-2666844 / 2667578 Villianur, PUDUCHERRY, 605 110. Fax: 0413-2661556.

More information

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD Page 1 of 10 EMPLOYEES STATE INSURANCE CORPORATION MODEL HOSPITAL BAPUNAGAR AHMEDABAD 380024 (Ministry of Labour & Employment, Govt. of India) TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR

More information

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO 104-106, 2nd Floor, Sector 34-A, Chandigarh Note: - The prospective bidders have the option to download the tender documents from

More information

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC) TENDER DOCUMENT NO: PSER:HRM:PEST CONTROL:14 VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC) PEST AND RODENT SERVICES AT BHEL PSER EHQ, GOLF GREEN TRANSIT FLAT, MONOHARPUKUR HOUSING COMPLEX & CIC BUILDING

More information

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR IDCOL FERRO CHROME & ALLOYS LIMITED (A Wholly Owned Subsidiary of IDCOL) A Govt. of Odisha Undertaking Regd. Office Ferro Chrome Project 755 020 Jajpur Road, Dist Jajpur (Odisha) Tel. No. 06726-220212

More information

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Subject: Notice Inviting tender for supply of Memento for AUD Convocation. AUD/1-10 (140)/2015-16/Convocation/ Dated: 13 November 2015 To, ------------------------------------------------- -------------------------------------------------- Subject: Notice Inviting tender for

More information

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated: MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043 TEL: +91 33 2439-7415, 2439-4114, 2439-6613, 2439-7413, FAX: +9133 2439 7632/ 5607 E-mail: purchase@braithwaiteindia.com Website:

More information

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore. Bank Note Paper Mill India Private Limited, Mysore Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore. The Tender document is hosted on Company s website http://www.bnpmindia.com.

More information

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI- 400065. NOTE: TENDER FORM NO -02-0 COST RS. 750.00 ONLY Last Date of Submission : 03.07.2014 Up to 13.00

More information

TELANGANA FOODS (formerly A.P.Foods) (An ISO 22000:2005 Certified Public Enterprise)

TELANGANA FOODS (formerly A.P.Foods) (An ISO 22000:2005 Certified Public Enterprise) TELANGANA FOODS (formerly A.P.Foods) (An ISO 22000:2005 Certified Public Enterprise) IDA, NACHARAM, HYDERABAD 500 076. Phone: 27152207, 08 & 09 Telefax: 040-27171596 E.mail: apfoods@hotmail.com A unit

More information

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI 110301 TENDER NOTICE The Central Board of Secondary Education (CBSE) is one of the premier national public examinations

More information

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS 1 KERALA FEEDS LTD. (A Govt. of Kerala Undertaking) Kallettumkara, Thrissur Dist. Pin: 680 683 Phone: 0480-2713550 Fax: 0480-2720194, E-mail: purchase.kfl@kerala.gov.in Website: www.keralafeeds.com No.KFL/381/98/OT-178

More information

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3 F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3 TENDER FORM NO. PRICE : Rs. 500/- (Non refundable ) Notice inviting sealed tenders, instruction etc., for

More information

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated 16-6-09 Tender Notice for supply of Hologram for Photo Identity Cards to Electors. 1. Tenders are invited from

More information

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID BALMER LAWRIE & CO. LTD. SBU: TRAVEL & VACATIONS 4 TH FLOOR, BALMER LAWRIE BLDG, 5- JN HEREDIA MARG, BALLARD ESTATE, MUMBAI 400 001 E-mail:snehal@vacationsexotica.com CIN-LI5492WB1924GOI004835 TENDER NO:

More information

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi 1/6 SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi - 110201 Last date for submission of Tender is 3 rd April, 2018 upto 03:00 p.m. F. No.102/PP/18/SCI(AM) Dated the 13 th March, 2018

More information

Biotech Park, Lucknow

Biotech Park, Lucknow Biotech Park, Lucknow Sector-G, Jankipuram Kursi Road Lucknow-226021 GUIDELINES FOR FILLING THE QUOTATION 1. Contractor must submit quotation along with the copy of the terms & conditions duly signed and

More information

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur Re-Tender for Supply & Installation of the Water Chiller at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/ENERGY/2/1(I)/2014-15/3 NIT Issue Date : 12 May 2014 Last Date of Submission : 20 May

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER BHOPAL MEMORIAL HOSPITAL & RESEARCH CENTRE Under Department of Health Research, Ministry of Health & Family Welfare, Government of India Raisen Bye Pass Road, BHOPAL 462 038 (M. P.) Ph. No. 2742212-16

More information

Security Classification: NON SECURITY

Security Classification: NON SECURITY SECURITY PRINTING PRESS A Unit of Security Printing & Minting corporation of India Limited (Wholly owned by Government of India) Mint Compound,Saifabad, Hyderabad-500063 Web:http://spphyderabad.spmcil.com

More information

Tender No.3558/H/2012/Roots Dated:

Tender No.3558/H/2012/Roots Dated: III Floor, Norka Centre, Thycaud Thiruvananthapuram Ph.0471-2332416,2332452,Fax No.0471-2326263 E-mail-mail@norkaroots.net, URL:www.norkaroots.net Sub: TENDER NOTICE Printing & Supply of Identity cards

More information

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE Tender Document for 2 years Support of Routers and Manageable Switch Cost of the Tender - Rs. 500/- ( Rupees Five Hundred Only ) Invitation for tender

More information

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax Bank Note Paper Mill India Private Limited, Mysore Invites sealed quotations for Sale of Empty HDPE Drums (25Kg Capacity) at BNPM, Mysore. The Tender document is hosted on Company s website http://www.bnpmindia.com.

More information

BHARAT HEAVY ELECTRICALS LIMITED,

BHARAT HEAVY ELECTRICALS LIMITED, Electroporcelains - 1 - Division, IISc Post - 1 - DOCUMENT CONTENTS SL. No. Description Page Nos 1.0 Notice Inviting Tender 2 1a Bid Application 3 1b Bid questionnaire - A 4 1c Bid questionnaire - B 5

More information

TENDER FOR LOCAL CHEMIST

TENDER FOR LOCAL CHEMIST OFFICE OF THE MEDICAL SUPERINTENDENT ESIC MEDICAL COLLEGE & MODEL HOSPITAL BANGALORE 10 Phone 080 23320271/72 Fax 080 23325130 No.532/ESIC/MH/Local Chemist/13 14 Date:15/05/13 From: The Medical Superintendent

More information

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009 NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009 NOTICE INVITING OFFERS FOR 'SUPPLY OF STATIONERY AND GENERAL ITEMS' The National Law University and Judicial

More information

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender EMBASSY OF INDIA MOSCOW Notice Inviting Tender Sealed tenders are invited on behalf of the President of India from the Registered Security Agencies for 1 (one) unarmed Security Guard to provide round the

More information

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur Tender for Supply and Installation of UV-Visible Spectrophotometer at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BIO/2/1(I)/2015-16/18 NIT Issue Date : 11 June 2015 Last Date of Submission

More information

NORTHERN INDIA INSTITUTE OF FASHION TECHNOLOGY, MOHALI TENDER FORM INSTRUCTIONS TO TENDERERS

NORTHERN INDIA INSTITUTE OF FASHION TECHNOLOGY, MOHALI TENDER FORM INSTRUCTIONS TO TENDERERS NORTHERN INDIA INSTITUTE OF FASHION TECHNOLOGY, MOHALI TENDER FORM INSTRUCTIONS TO TENDERERS Cost Rs 100/- 1. Tender must be enclosed in a properly sealed envelope addressed to the Director General, NIIFT,

More information

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

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR ELECTRICAL MAINTENANCE & ALLIED SERVICES at PROTITI,

More information

UV-Visible Spectrophotometer

UV-Visible Spectrophotometer Tender for Supply & Installation of UV-Visible Spectrophotometer at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BIO/RD/1/1(I)/2015-16/12 NIT Issue Date : 30 April 2015 Last Date of Submission

More information

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010 E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA)-122 001 0124-2255133(T/F) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010 Dated / /2011 Sub: Invitation to tender for empanelment of Local Chemist

More information

The last date for submission of the bids is at

The last date for submission of the bids is at Government of India Office of the Commissioner, Central Excise & Service Tax (Audit) :: Patna 3 rd Floor, Central Revenue Building (Annexe), Birchand Patel Path, Patna - 01 Notice for inviting Tender for

More information

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun TENDER DOCUMENT FOR Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun Human Resources Management Department NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT Uttarakhand

More information

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur - 440 001 Notice for Empanelment of Suppliers for a) Supply of Vegetables, Fruits, non-vegetarian items to the Officers Lounge

More information

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata 700001, Telephone No.033-22546026 No: MMTC/KOL/Cartridge/2017-18 20.06.2017 INVITATION FOR TENDER MMTC invites sealed

More information

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through Quotation No: REC/IT/93/COMPUTER(SCRAP)/2008/9 QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through Recyclers/Re-Processors registered under Central Pollution Control

More information

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC042909 SURAT CITY CIRCLE An ISO 9001-2000 certified 2 nd floor, Opp. E-Space, Bhagvan Mahavir College Road, New VIP Road, Vesu-Bharthana, Surat - 395 007

More information

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only (Registered Post/Speed Post) (In Lieu of CRPF-153) OFFICE OF THE COMMANDANT - 89 BN, CRPF, BAWANA, NEW DELHI-39 TELEPHONE No. 01127755482 FAX No. - 01127755482 E-mail ID commandant89@gmail.com (Ministry

More information

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES 1 TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER NO.:NTSC/OKHLA/ADMN/8(203)/2016-17 NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase III, Near

More information

Sub: Tender Enquiry Rate Contract for supply of X-Ray Films & Radiology Chemicals (Retender).

Sub: Tender Enquiry Rate Contract for supply of X-Ray Films & Radiology Chemicals (Retender). ESI POST GRADUATE INSTITUTE OF MEDICAL SCIENCE AND RESEARCH AND ESIC HOSPITAL & OCCUPATIONAL DISEASE CENTRE (E.Z.), (A statutory body under Ministry of Labour Govt, of India) DIAMOND HARBOUR ROAD, JOKA,

More information

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly BANK OF BARODA Regional Office 129-D, Civil Lines Bareilly TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION LAST DATE OF SUBMISSION : 08.01.2014 TECHNICAL

More information

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur Tender for Supply & Installation of the Xenon-Arc Lamp at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/ENERGY/2/1(I)/2014-15/54 NIT Issue Date : 03 November 2014 Last Date of Submission :

More information

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31 GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-3 No:NHM/DHS(K)/HbNC/06-7/367 DATE:4.0.07 SUB: EXPRESSION OF INTEREST

More information

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS 600 119 TENDER FOR DISMANTLING & REMOVING OF BOATS, DAVITS & RELATED ACCESSORIES

More information

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA ADMIN/PHOTOCOY&BINDING/816 /2017 8 th September, 2017 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA Sealed Quotations (based on single bid) are

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

CEYLON PETROLEUM STORAGE TERMINALS LIMITED CEYLON PETROLEUM STORAGE TERMINALS LIMITED BIDDING DOCUMENT KPR/15/2018 BID FOR THE SUPPLY OF 15000 NOS BAR SOAP (WEIGHT 650 GRAMS MINIMUM/EACH) MANAGER PROCUREMENT PROCUREMENT FUNCTION CEYLON PETROLEUM

More information

dezpkjh jkt; chek fuxe Employees' State Insurance Corporation

dezpkjh jkt; chek fuxe Employees' State Insurance Corporation No. 18U/16/31/1/07(c)/ESIC MH dezpkjh jkt; chek fuxe Employees' State Insurance Corporation vkn'kz fpfdrlky;,oa O;kolkf;d jksx dsunz Model Hospital and Occupational Disease Centre Ukankuxj] bunksj Nanda

More information

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab. Tender Notification No : To be generated automatically by the E-procurement portal of the Govt. of Punjab. Nature of work : Short term e- tenders are hereby invited from the Manufacturers / Cost of the

More information

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I Not Transferable Security Classification : Non-Security TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE- I No.

More information

SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S)

SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S) SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S) F. No. SUNC/18/SCI(AM) New Delhi, dated the 31 st January, 2018 Last date for submission of Tender is 21 st February,2018 upto 03:00

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 TENDER FOR SUPPLY OF CEILING AND EXHAUST FANS AT UDYAN BUILDING AT NAPEAN

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER Page 1 of 13 ENGINEERING PROJECTS (INDIA) LTD (A Govt. of India Enterprise) 5, 1st Floor, 9 th Main, RMV Extension Sadashivnagar, Bangalore 560080 Phone No. 080-23600542 NOTICE INVITING TENDER Sub:- Tender

More information

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE GOVERNMENT OF KARNATAKA BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE 560002 BID DOCUMENT FOR PEST CONTROL AT BMCRI- SUPER SPECIALITY

More information

BHUTAN TELECOM LIMITED Registered Office: Drophen Lam 2/28, Post Box 134, Thimphu 11001, Bhutan. Tel: (975) Fax: (975)

BHUTAN TELECOM LIMITED Registered Office: Drophen Lam 2/28, Post Box 134, Thimphu 11001, Bhutan. Tel: (975) Fax: (975) TENDER NO. BT/ Office Equipment /2016 TERMS & CONDITIONS Bhutan Telecom invites sealed quotations from the eligible firms for the supply of Office Equipment specified in Annexure I for the year 2016 subject

More information

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated:

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated: India Government Mint, Alipur, Kolkata Pin- 700053 India Ph. No: 91-33-24014132-35, 24014821 Fax No: 033-24010553 CIN: U22213DL2006GOI144763 E-Mail: calmint@spmcil.com Web: www.igmkolkata.spmcil.com Not

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

CEYLON PETROLEUM STORAGE TERMINALS LIMITED CEYLON PETROLEUM STORAGE TERMINALS LIMITED BIDDING DOCUMENT KPR/15B/2018 BID FOR THE SUPPLY OF 28,500 NOS BAR SOAP (UNWRAP, WEIGHT 650 GRAMS MINIMUM/EACH) MANAGER PROCUREMENT PROCUREMENT FUNCTION CEYLON

More information

TENDER FORM Controller of Stores, HIMACHAL PRADESH (INSTRUCTION TO TENDERERS)

TENDER FORM Controller of Stores, HIMACHAL PRADESH (INSTRUCTION TO TENDERERS) TENDER FORM Controller of Stores, HIMACHAL PRADESH (INSTRUCTION TO TENDERERS) ANNEXURE II 1. Quotations must be enclosed in a properly sealed envelope addressed to the Controller of Stores, Himachal Pradesh

More information

Tender. for. Indian Institute of Technology Jodhpur

Tender. for. Indian Institute of Technology Jodhpur Tender for WatchGuard (XTM-1050) Security License Renewal at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/IT/2016-17/37 NIT Issue Date : 25 January 2017 Last Date of Submission : 13 February

More information

SAINIK SCHOOL GOPALGANJ AT HATHWA PO HATHWA, DIST GOPALGANJ, BIHAR

SAINIK SCHOOL GOPALGANJ AT HATHWA PO HATHWA, DIST GOPALGANJ, BIHAR SAINIK SCHOOL GOPALGANJ AT HATHWA PO HATHWA, DIST GOPALGANJ, BIHAR 841436 E-TENDER DOCUMENT FOR ANNUAL CONTRACT FOR SUPPLY OF ELECTRICAL ITEMS Ref No: SSGJ/2001/1/ELEC/QM/05 DATED 01 SEP 2017 1 Tele: 06150-231681

More information

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore. Bank Note Paper Mill (BNPM) India Private Limited, Mysore Invites sealed quotations for Painting work as per the specification at BNPM at Mysore. The tender document along with eligibility criteria are

More information

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR .. INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR Demolition of irreparable / dilapidated Quarter Nos. B-4, B-5, B-6, B-7, B-8, B-10, B-17, B-18, B-19, B-20, C1-29, C1-30, C1-31,

More information

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model. Request for Proposal (RFP) For Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model Bank of Baroda, Zonal Office, 1 ST Floor 129-D, Civil Lines, Bareilly

More information

THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P /12 DATED: 6/3/2013

THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P /12 DATED: 6/3/2013 1 THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P16-15022/12 DATED: 6/3/2013 TERMS AND CONDITIONS FOR EMPANELMENT OF SUPPLIERS OF STATIONERY ARTICLES 1.Permanent

More information

GOVT. OF NCT OF DELHI

GOVT. OF NCT OF DELHI SHRI DADA DEV MATRI AVUM SHISHU CHIKITSALAYA GOVT. OF NCT OF DELHI DABRI, NEW DELHI-45. E-mail:- msddmsc@gmail.com. Tel. No. :- 011-25395541, Fax : - 011-25395540 TENDER DOCUMENT Sealed quotations are

More information

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur Re-Tender for Supply & Installation of Low Current Dual Channel Source Meter at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/EE/2/2015-16/49 NIT Issue Date : 03 November 2015 Last Date of

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER ARYABHATTA KNOWLEDGE UNIVERSITY, PATNA Chanakya National Law University Campus, Patna-800001 E-mail: akuniv10@gmail.com Website: www.akubihar.ac.in Phone No. 0612-2351919 Tender No. : AKU/03-279/2016 NOTICE

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit INDIRA GANDHI NATIONAL OPEN UNIVERSITY Central Purchase Unit SPEED POST To F.NO. IG/CPU/Photo-copy/2014-15 Date: 02.01.2015 Invitation to Tenderer Sub: Empanelment of Firm for supply of Photocopier Papers

More information

BID DOCUMENT SECTION I

BID DOCUMENT SECTION I NIT No. : IISER-K/Civil/18-19/17 BID DOCUMENT SECTION I TECHNICAL BID for Construction of dry wall partition for making lab inside the room no. 301 of Administrative cum Academic Complex of IISER Kolkata

More information

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019 BRAITHWAITE & CO LIMITED (A Government of IndIA UndertAkInG Under ministry of railways) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 43, TEL 2439-7415 / 4114 / 6613 / 7413, FAX :91 (033) 2439 7632 /

More information

TENDER FOR SUPPLY OF HAND BOOK

TENDER FOR SUPPLY OF HAND BOOK 1 KERALA FEEDS LTD. (A Govt. of Kerala Undertaking) Kallettumkara, Thrissur Dist. Pin: 680 683 Phone: 0480-2713550,Fax: 0480-2720194, E-mail: purchase.kfl@kerala.gov.in Website: www.keralafeeds.com No.KFL/381/98/OT-179

More information

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY MADRAS FERTILIZERS LIMITED (A GOVT. OF INDIA UNDERTAKING) MANALI, CHENNAI 600068 TELEPHONE: 044 25945290/25945293/25945295/25945261 NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY Sealed

More information

GOVERNMENT OF KARNATAKA (Department of Agriculture)

GOVERNMENT OF KARNATAKA (Department of Agriculture) GOVERNMENT OF KARNATAKA (Department of Agriculture) No: DDA/FM&MI/SH/RC2016-17 Commissionerate of Agriculture Seshadri Road, Bangaore-01 Dated: 20-04-2016 TENDER DOCUMENT Sub: e-based short term Tender

More information

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Unique No. NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Tender No. dtd.11.07.2014 Notice inviting Quotation

More information

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi-110 068 To Notice inviting Quotations No. IG/SED/Estt./248/16 Date: 08-03-2016 Sub: Invitation of quotations

More information

Tender. For. Scrub Stations

Tender. For. Scrub Stations Tender For Scrub Stations At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : July 26, 2014 NIT No. : Admn/Tender/07/2014-AIIMS.JDH Last Date of Submission : August 18 th, 2014 at 03:00

More information

The Pharmaceutical Corporation (Indian Medicines) Kerala Ltd.

The Pharmaceutical Corporation (Indian Medicines) Kerala Ltd. - 1 - No. of Pages - 13 Ph: 0487-2459807, 2459841, 2459860 FAX: 0487 2351675 2459378 The Pharmaceutical Corporation (Indian Medicines) Kerala Ltd. Kuttanellur P. O., Thrissur - 680 014 (A Govt. of Kerala

More information