AIRPORTS AUTHORITY OF INDIA CIVIL ENCLAVE, BHUJ AIRPORT BHUJ TENDER DOCUMENT

Size: px
Start display at page:

Download "AIRPORTS AUTHORITY OF INDIA CIVIL ENCLAVE, BHUJ AIRPORT BHUJ TENDER DOCUMENT"

Transcription

1 AIRPORTS AUTHORITY OF INDIA CIVIL ENCLAVE, BHUJ AIRPORT BHUJ TENDER DOCUMENT Name of work: SITC OF HD CAMERA FOR CCTVSYSTEM AT CIVIL AIRPORT, BHUJ. Tender No. : AAI/BJ/SITC HD CAMERA/NIT-04/ E tender no. 2018_AAI_8152 Page 1 of 45

2 INDEX Sl. No Section PARTICULARS PAGE Nos. 1. Tender schedule Section-I Notice Inviting E-Tender Section-II E-Tendering Guidelines to Bidders Section-III Instructions to Bidders Section-IV General Terms & Conditions of the Contract Annexure-III Tender conditions compliance Section -V Special Conditions of the Contract Annexure-I Checklist for Envelope 1 and II Annexure-II Acceptance Letter Annexure-IV Power of Attorney Format Annexure-V Letter to be submitted with Technical Bid Annexure-VI Bank Account Details Format Annexure-VII Technical specifications compliance Annexure-VIII Bill of Materials Schedule-A Price Schedule Page 2 of 45

3 TENDER SCHEDULE 1.Details of work Sl.no. Name of Work Estimated Cost (Rs.) 1 SITC OF HD CAMERA FOR CCTV SYSTEM AT CIVIL AIRPORT, BHUJ EMD (Rs.) E- Tender Fee /- 8274/- 560/- 2.Critical Dates. Sl.No. Activity Date Time in IST 1 Publishing of e tender document Hrs 2 Bid document download start date from CPP portal Hrs 3 Clarification start date by bidders through CPP portal Hrs 4 Clarifications end date through CPP portal 1700 Hrs 5 Last date for on line submission of Hrs bids through CPP portal 6 Date of opening of Technical bid Hrs 7 Last Date and time of submission of Original Demand Drafts against EMD and Tender Fee /Exemption certificates and unconditional acceptance letter of AAI Hrs 8 Date of opening Financial bid Will be intimated later Time Period for completion of the work: Within 30 Days from the date of acceptance of work order. Note: AAI may at its discretion extend/change the schedule of any activity and intimate the bidders by notifications through e tender portal. Page 3 of 45

4 SECTION I NOTICE INVITING E-TENDER Airports Authority of India invites E-tenders from the original equipment manufacturer of CCTV Systems or their authorized dealers/distributors/channel partners/system integrator/service provider/any specialized agency who is experienced in the SITC of CCTV System, for the work of SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF HD CAMERA FOR CCTV SYSTEM at Civil Airport, Bhuj as per the list of equipment& peripherals given in schedule A of the Tender document. 1. The tendering process is online at e-portal URL address or through link on 2. Prospective tenderers are advised to get themselves acquainted for e- tendering participation requirement at Instruction for Online Bid Submission", register them at e-tendering portal, obtain User ID & Password and go through the Self Help Files available in the Home page to the portal They should also obtain Digital Signature Certificate (DSC) in Parallel which is essentially required for submission of their application. The process normally takes 03 days of time. The tenderers may also take guidance from AAI help Desk support. 3. Tender Fee: Rs (Inclusive of GST), Non-refundable (Rupees Five Hundred and sixty Only) will be required to be paid offline only in the form of Demand draft from Nationalized or any scheduled bank (But not from Co-operative or Gramin Bank). The original demand Draft against Tender fee should be posted/ couriered/ given in person to the concerned officials on or before opening of technical bidor as specified in the tender Document. The details of Demand Draft/ any other accepted instruments, physically sent should tally with the details available in the scanned copy and the data entered during bid submission time. 4. The tenderer shall submit their application by downloading the tender from the e-tendering portal, fill-up the required information and upload the digitally signed file of scanned documents and firm s bio-data in support of their fulfillment of each credential mentioned below in the Technical folder in technical Bid /Attachments Section in the portal. Uploading of application in location other than specified above shall not be considered. Hard copy of application shall not be entertained. 5. Estimated cost of the work is Rs /-(Rupees four lakh thirteen thousand seven hundred Only) inclusive of all taxes and charges. 6. The Earnest Money Deposit [EMD] of Rs 8274/-(Rupees Eight Thousand two hundred seventy four only)shall be accepted OFFLINE only in the form of Demand draft from Nationalized or any scheduled bank (But not from Cooperative or Gramin Bank). The original demand Draft against EMD should be posted/ couriered/ given in person to the concerned officials on or before Page 4 of 45

5 opening of technical bid or as specified in the tender Document. The details of Demand Draft/ any other accepted instruments, physically sent should tally with the details available in the scanned copy and the data entered during bid submission time. DD(tender fee and EMD) should be in favor of AIRPORTS AUTHORITY OF INDIA, PAYABLE AT MUMBAI and to be sent along with tender fee to the following address: The Airport Director Airports Authority of India Civil Enclave Bhuj Airport, Bhuj Kutch, Gujarat Vendors should have successfully completed works of similar nature of SUPPLY,INSTALLATION,TESTING AND COMMISSIONING (SITC) OF FOR CCTV SYSTEM against three separate Works each for a value not less than 40%(Rs ) or Two separate Works each for a value not less than 50%(Rs )or One work for a value not less than 80%(Rs )of the estimated cost during the last 7 years for Government Departments or Public Sector Undertakings or reputed Private Sectors (within India). For any clarification in eligibility criteria or for further details, vendors may contact Assistant General Manager (CNS), Airports Authority of India, Civil Airport, Bhuj. Phone Following envelopes shall be submitted online at e-portal by the bidder: 7.1. Envelope I : technical bid: Application, eligibility documents and proof of payment of processing fee for e- Tendering Scanned copy of payment of tender fee of Rs 560/- (Non refundable)tender fee to be paid offline only as per clause 3above and scanned copy to be uploaded in TECHNICAL BID folder or valid NSIC/MSME registration certificates issued by authorized agencies/govt. body for claiming exemptions Scanned copy of Payment of earnest money deposit (EMD) Rs 8274/- (Rupees eight thousand two hundred seventy four only)emd to be paid off line only as per clause 6 above or valid NSIC/MSME registration certificates issued by authorized agencies/govt. body for claiming exemptions The bidders shall upload scanned copy of digitally signed documents in readable form along with copy of e-tender fee transaction details in AAI E- tender portal corresponding to each criterion along with Annexure-I which is available in the tender documents.the bidders need to submit the TDS certificate apart from completion certificate if the work was carried out in Private Firms Self-attested Copies of PAN Card and GST registration. Page 5 of 45

6 Certificate of Incorporation/proprietorship/partnership deed Experience certificate on execution of SITC of CCTV System Intimation regarding eligibility/non-eligibility for participating in the e-tendering will be notified to the agencies through e-tendering portal subsequently Duly filled Tender document along with unconditional acceptance as per Annexure-II and Power of Attorneys per Annexure IV Bids of the tenderer whose hard copy of EMD, tender fee/msme certificates for exemption are not received on or before opening of technical bid, will not be opened/processed and their tender will be summarily rejected. 7.2 Envelope II(Financial Bid): Bidders shall mention their pricing online at the appropriate form in CPP portal itself. Prices shall not be written in Schedule A of the downloaded Tender document. 8. AAI reserves the right to accept or reject any or all applications and to call off the e- Tender process at any stage without assigning any reason. 9. AAI also reserves the right to disallow any bidder from participating in the tendering whose performance at ongoing project(s) is below par or unusually poor. 10. At any stage, any information/documents submitted by the bidder is found to be false, the agency shall be liable for debarment from e-tendering in AAI, apart from any other appropriate/legal action. 11. Consortium/Joint venture companies shall not be permitted. No single firm shall be permitted to submit two separate applications. 12. Concessions to the bidders registered with NSIC/MSME, shall be applicable as per the directives of Govt. of India. Bidders are requested to get themselves acquainted for e-tendering participation requirement at "E-Tendering Guidelines for bidders". Airport Director AAI, Civil Enclave, Bhuj Airport Page 6 of 45

7 SECTION II E-Tendering Guidelines to Bidders INSTRUTIONS TO TENDERER 1. Bidders willing to participate may download the digitally signed tender document online from e- portal at and submit digitally counter signed tender document on-line at the same portal. 2. The instructions in the tender document are binding on the bidder and submission of the tender shall imply unconditional acceptance of all the terms and conditions by the bidder. 3. Bidder shall upload tender on E-Portal well in advance to avoid last minute hassles. AAI shall not entertain any queries on such subject after last date as mentioned in tender documents. 4. Amendment to Tender document At any time, prior to scheduled date of submission of bids, AAI if it deems appropriate to revise any part of this tender or to issue additional data to clarify and interpretation of provisions of this tender, it may issue addendum / corrigendum to this tender. Any such addendum / corrigendum shall be deemed to be incorporated by this reference into this tender and binding on the bidders. Addendum / corrigendum will be notified through e- tender portal at 5. Clarifications of Bid Documents 5.1 Bidder, requiring any clarification of the tender Document, may submit their clarifications, if any, through provision of e-tender Portal at Request for clarifications received from bidders shall be responded by AAI till the schedule indicated in para.3 above or as extended thereto by AAI. 5.2 Replies to Clarifications by AAI will be uploaded through e- Portal. The bidders are advised to visit e- portal at regularly. 5.3Clarifications and other documents, if and when issued by AAI, shall be in relation to the tender and hence shall be treated as their extension. 5.4AAI makes no representation or warranty as to the completeness or accuracy of any response, nor does AAI undertake to answer all the queries that have been posted by the Bidders. 5.5In order to provide reasonable time to bidders to take the amendments into account for preparing their bids, AAI may, at its discretion, extend the deadline for the submission of bids suitably. Page 7 of 45

8 6 Composition of Bids and General Guidelines for bid process 6.1 Bidders shall submit their bids as per scheduled date & time through e- portal at only. E-tender system shall not allow bidders to submit their tender, after the scheduled date & time. The Technical bids and the Financial bids will be opened online by AAI at the time and date as scheduled for the same. All the Statements, documents, certificates etc., uploaded by the bidders shall be downloaded and verified for technical evaluation. The clarifications, particulars, if any, required from the bidders, will be obtained through query provision available in e- portal. The result of Technical bid &financial bid evaluations shall be displayed on e- portal and shall be visible to all the bidders who participated in this Tender. 6.2 On-line E-Tendering General Guidelines (i) (ii) (iii) System shall not permit upload of bids after the scheduled time of submission. The bidder may correct, modify or withdraw his bid after submission prior to schedule last date & time of submission of Technical and Price bids. Subject to Clause ii above, no bid shall be modified subsequent to the schedule time of submission of bids 7 E-Tendering Participation Requirements : Vendors are required to carry out the following activities: 7.1. Registration: Registration shall be on e-tendering Portal free of cost, at and obtain "User Id and Password". They should also obtain Digital Signature Certificate in parallel which is essentially required for submission of their application General guidelines for bidders: General guide lines for bidders to proceed further in the tender process are available in the E-tender portal under Self Help Files Tab. Bidders shall go through the guidelines before submitting their bids on-line Digital Certificate: Bidder shall have a legally valid class III digital certificate as per Indian IT Act, 2000, from the licensed Certifying Authorities, operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India (Please see Licensed CA's in India are: a) Safe Scrypt b) NIC c) IDRBT d) TCS e) Mtnl Trustline f) GNFC g) e-mudhra CA 7.4. On-line E-Tendering: For all AAI tenders hosted on E-tender site, the Financial Bid and Technical Bids shall be uploaded on-line only. However, documents which have to be uploaded in originals like EMD and any other documents mentioned in the tender documents have to be submitted offline as advised in this tender document. On-Line Training & technical assistance for interested bidders shall be available as follows: Page 8 of 45

9 7.5. Bidder s training support system: Detailed information in this regard have been provided to the bidders at E-tender Portal under the Self Help Tab. Training support system for registered bidders is given inside the portal and visible to the registered bidders only. For any technical assistance with regard to the functioning of e tender portal the bidder may contact the following AAI help desk numbers between 08:00 hrs to 20:00hrs Sl. No. Support persons Help Desk Number 1 Help desk team Extn.3512, Mr , Sanjeev Kumar Extn.3505 Manager(IT) Escalation Matrix Instant support After 4 hours of issue Address eprochelp@aai.aero etendersupport@aai.aer o Timings Hrs (MON- SAT) Hrs (MON-FRI) 3 Ms. S Nita Assistant GM(IT) 4 Mr. Y K Kaushik Joint General Manager(IT) 5 General Manager(IT) , Extn.3523 After 12 hours After 24 hours snita@aai.aero Hrs (MON-FRI) Ykkaushik@aai.aero Hrs (MON-FRI) After 03days gmitchq@aai.aero Hrs (MON-FRI) The help desk services shall remain closed on all govt. gazetted holidays. For queries related to the tender published on the portal bidders are advised to contact concerned bid manager of AAI. Page 9 of 45

10 INSTRUCTIONS TO BIDDERS SECTION III A. INTRODUCTION 1. DEFINITIONS AAI / The Buyer means the Airports Authority of India. "The Bidder / Vendor" means the individual or firm who participates in this tender and submits its bid. Project Manager AAI means the AAI executive responsible for signing all documents from AAI side and shall coordinate all the activities of the project with the bidder / contractor. "The Contractor" means the individual or firm taking up the work as defined under the Notice Inviting Tender. The Works Order means the order placed for the SITC of HD Camera for CCTV system at Civil Airport Bhuj. The Contract means the agreement signed between the Buyer and the Contractor as per the terms and conditions contained in the Works Order. "The Contract Price" means the price payable to the Contractor under the Works Order for the full and proper performance of its contractual obligations. Non-responsive Bid means a bid, which is not submitted as per the instructions to the bidders or Earnest Money Deposit has not been attached, or the required data has not been provided with the Bid or incomplete bids or intentional errors have been committed in the Bid. 2. ELIGIBILITY CRITERIA All documents to be uploaded in the e-portal in technical folder 2.1 List of Documents to be attached with Technical Bid. The original format available in e-tender document shall be used and filled wherever it is required. The eligibility bid shall be submitted online on the e-tender portal. All the following supporting documents shall be scanned and uploaded in readable form at CPP Portal corresponding to each criterion mentioned below for scrutiny by the evaluation team: 2.2 GST Registration: Self attested copies to be attached. 2.3 PAN No. of the Company/Firm, Self attested copies to be attached. Certificate of Incorporation, Articles of Memorandum of Association or Partnership Deed or proprietorship deed. 2.4 The bidder should not have any of their contracts terminated or blacklisted in the last three years by any State or Central Government/PSU/BFSI/Private Sector. 2.5 Annualized average turnover: Bidder should have annualized abridged financial turnover of at least Rs /-(30% of estimate value) or equivalent during last three FINANCIAL years ending 31st March of As a proof of financial turnover, Page 10 of 45

11 copy of abridged Balance Sheet along with profit and loss account of the bidder duly certified by a Chartered Accountant, for the last three years should be submitted. 2.6 Bidder should have successfully completed similar nature of works forsitc of CCTV System against one Work having value equal to 80% or more of the estimated cost or two separate Works, each for a value equal to or greater than 50% of the estimated cost or three separate Works, each for a value equal to or greater than 40% of the estimated cost in last 7 years, for Government Departments or Public Undertaking or reputed Private Sectors (within India). As a proof of successful execution of the works as per the above criteria, the bidder should submit the following documents: 2.6.1Self attested copies of the Work Orders with complete Schedule of Quantity Certificate of the Satisfactory Performance and Successful Completion for each works (whose Work Orders are being submitted) issued by the respective client(s) shall be submitted mentioning the complete detail of work carried out along with the Name, Contact Address, Contact No. (Landline only with Extn. No. if any), Official ID and seal of the issuing authority. The bidders need to submit the TDS certificate apart from completion certificate if the work was carried out in Private Firms The bidder shall be OEM/Authorized Service Providers (ASP)/Dealer/Distributor/ Channel partner of OEM or any specialized firm having experience in executing SITC of CCTV system. As a proof, the bidder shall submit valid Authorization Letter of the OEM or documentary evidence of experience in execution of SITC of CCTV System with Name, Contact Address, and Contact No. (Landline only with Extn. No. if any), Official ID and seal of the issuing authority. 2.7 Duly filled and signed Letter (Annexure-V). 2.8 EMD as per clause 6 of the Section I. 2.9Signed copy of original tender in proper order Letter for Un-conditional Acceptance of terms & conditions of tender (Annexure II) Power of attorney for signing of documents and execution of work (Annexure- IV) 2.12 Bank account details (Annexure-VI). 3. List of documents to be attached with Financial Bid. 3.1 Online submission of Financial Bid through the AAI E-tender portal for the items given in Schedule A. Page 11 of 45

12 1. Purpose & Scope SECTION IV GENERAL TERMS & CONDITIONS OF THE CONTRACT 1.1 This document sets out the terms & conditions to be met in connection with the provision of SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF HD CAMERA FOR CCTV SYSTEM at Civil Airport, Bhuj, as per details given in the BOQ. 2. Scope of work: The scope of work involves (A). Configuration of HD IP cameras in new NVR server. (B)Integration of new NVR in to the existing CCTV camera system (C).Centralized continuous recording of HD cameras and other existing cameras for minimum 30 days. (D) Retrieval of recorded data in USB/DVD. 2.1 GENERAL TERMS AND CONDITIONS: a) The work herein specified shall be performed by competent workmen in a thorough professional manner. b) The contractor s staff working at the Airport shall comply with the Airport discipline & airport rules c) Least inconvenience to passengers and other user agencies must be ensured while executing the work in the airport premises. d) Airport entry passes for the contractor and his staff shall be recommended by AAI. The contractor shall be fully responsible for obtaining the entry passes for his officials. Cost for airport entry passes shall be borne by the contractor. After the completion of SITC work, passes should be surrendered in the office of the pass section and intimation should be given to Assistant. Gen. Manager (CNS). e) All the contractor s staff shall behave in an orderly manner and shall not indulge in any activity beyond the scope of the contract. Any staff violating the clauses / Airport security rules and discipline shall be removed by the contractor immediately under intimation to this office. f) Any damage to AAI property shall be recovered from the bills of the contractor and hence utmost precaution should be taken during execution of the work. g) The contractor shall be fully responsible for any accident that may occur to his workmen during the course of his duty at the airport. All medical expenses for his workmen shall be borne by the contractor. 2.2 TECHNICAL AND OTHER TERMS AND CONDITIONS: Security of the contract value shall be retained by AAI till the expiry of the contract. 3 Payment will be released after successful completion of work and deduction of penalty, if any along with the satisfactory performance certificate from the engineering in Charge. 4 AAI shall deduct income tax and make other applicable recoveries from running bill payments as per prevailing rules. TDS (Tax deducted at source) certificate, however, shall be issued to contractor. No advance payment shall be made to the firm. Page 12 of 45

13 5 For any loss or damage to the AAI installations due to faulty or poor maintenance, the contractor shall be liable for compensation to the extent of damage done. AAI shall have full authority to get the damage rectified at the contractor s risk and cost Compliance 7.1 The unconditional acceptance of all the terms & conditions of the NIT has to be submitted as per the format of the letter attached at Annexure-II. 7.2 The submission of the tender will imply acceptance of all the tender condition by the bidder laid in tender document including all the Annexure(s) & schedules to the tender document. 7.3 The compliance to the terms & conditions should be supported by authenticated documentation wherever required. 7.4 The submission of unconditional acceptance as described above is essential for the tender evaluation. The failure to submit the unconditional acceptance statement in the said format shall result in his tender being rejected. 8. Language and Currency 8.1 The bidder shall quote the rates in international numerals. The rates shall be in whole numbers. In the event of the order being awarded, the language of all services, manuals, instructions, technical documentation etc. provided under this contract will be English. The bidders should quote only in Indian Rupees and the bids in currencies other than Indian rupees shall not be accepted. 9 Standard Conditions 9.1 Standard printed conditions of the bidder to the offer, other than the conditions specified here, will not be acceptable. 9.2 For the purpose of the tender, the metric system of units shall be used. 9.3 The bidder shall duly attest all corrections, cancellation and insertions. 9.4 Bidder's offers shall be with reference to section and clause numbers given in the tender schedules. 10. Earnest Money Deposit 10.1 Earnest Money Deposit payment EMD of the value of Rs 8274/-(Rupees eight thousand two hundred seventy four only) as given in Section-I of the tender (Notice Inviting Tenders) The tenders of the bidders who fail to submit the EMD before the stipulated time shall be rejected outright Refund of EMD Page 13 of 45

14 The refund of EMD to bidders who fail to qualify the eligibility/technical stage shall be initiated within 7 days of their rejection. For all bidders whose financial bids are opened, the refund of EMD except for L1 bidder shall be processed within 7 days of opening of the financial bid The EMD amount shall be forfeited in the following events: If the successful bidder fails to enter into a contract with AAI within 30 calendar days after the receipt of the work order In the event of not accepting the conditions of the contract even after agreeing to do so and submitting the letter of un-conditional acceptance of terms as per letter in Annexure-II No interest or any other expenses, whatsoever, will be payable by AAI on the EMD in any manner. 11. OVERALL EVALUATION METHODOLOGY 11.1BIDS NOT CONSIDERED FOR EVALUATION Bids those are rejected during the bid opening process shall not be considered for further evaluation, irrespective of the circumstances. 11.2Evaluation of Bids It is AAI s intent to select the Bid that is most advantageous to AAI and each Bid will be evaluated using the criteria and process outlined below: 1. AAI shall evaluate and compare the bids determined to be substantially responsive. 2. The Bidding process shall be a two-stage process Technical Bid 1. AAI will evaluate whether the bid is substantially responsive to the requirements set forth in the tender document. 2. A substantially responsive Bid is one, which confirms to the requirements, terms, conditions and specifications of the Tender without any deviation. 3. AAI s evaluation in this regard shall be final and binding on all Bidders Financial Bid 1. Based on the results of the Technical evaluation, AAI shall then proceed to open and evaluate the Financial Bid of those Bidders who qualify in the Technical evaluation. The Financial evaluation will take into account the information supplied by the Bidders in the Financial Bid (as per given format), and the same shall be evaluated in accordance with the evaluation criteria specified in the tender document. Page 14 of 45

15 2. AAI may at its sole discretion, waive any minor informality or nonconformity or irregularity in a Bid Document, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder. 3. The Financial Bid with the lowest price will be the highest evaluated bid, eligible for further consideration/negotiations with AAI CLARIFICATION OF BIDS To assist in the evaluation, comparison and an examination of bids, AAI may, at its sole discretion, ask the Bidder for a clarification of its bid including breakdown of rates through e-portal only. The request for clarification and the response shall be through e-portal only. If the response to the clarification is not received before the expiration of deadline prescribed in the request, AAI reserves the right to make its own reasonable assumptions at the total risk and cost of the Bidder Tender Evaluation Committee: The Tender Evaluation Committee constituted by the Competent Authority may choose to conduct technical negotiation or discussion with any or all the Bidders. The decision of the Evaluation Committee in the evaluation of the Technical and Commercial bids shall be final and binding on all the parties Any effort by a Bidder to influence the Tender Evaluation Committee s processing of Bids or award decisions may result in the rejection of the Bid ACCEPTANCE OF TENDER: IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/ WHOSE CREDENTIALS/ DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE(S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, AAI RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS FOR ONE YEAR. IN ADDITION, EMD/PBG SHALL BE FORFEITED The authority for acceptance of tender rests with the competent authority of the AAI, who does not undertake to assign reasons for declining to consider any particular tender or tenders The successful tender/s shall be required to execute an agreement with AAI for carrying out of the work as per agreed conditions The bidders operation and proceedings in connection with the works shall at all times be conducted during the continuance of contract in accordance with the laws, ordinance, rules and regulations for the time being in force and the bidder shall further observe and comply with the bye-laws and regulations of the Govt. of India/State Govt The tenderer/s shall not increase his/their rate in case AAI Administration negotiates for reduction of rates. Such negotiations shall not amount to Page 15 of 45

16 cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tenderer/s Non-compliance with any of the conditions set forth herein for Technical, Financial stages, etc is liable to result in the tender being rejected NOTIFICATION OF AWARD Notification to Bidder The Bidder whose Bid has been accepted shall be notified of the award by AAI prior to the expiration of the period of validity of the proposal, by registered letter/ by fax/ / in AAI website. The Bidder shall acknowledge in writing, the receipt of the work order and shall send his acceptance to enter into an agreement within 15 (fifteen) days from the receipt of the work order SIGNING OF AGREEMENT Pursuant to the Bidder acknowledging the work order, the Bidder and AAI shall promptly and in no event later than 15 days from the date of acknowledgement of the work order, sign the Contract AAI shall have the right and authority to negotiate certain terms with the successful Bidder before signing of the Contract. The signing of the Contract shall amount to acceptance of the Contract and the Bidder shall initiate the execution of the work as specified in the Contract. 12 Patents, Successful bidder's Liability & Compliance of Regulations 12.1 Successful bidder shall protect and fully indemnify the AAI from any claims for infringement of patents, copyright, trademark, license violation or the like Successful bidder shall also protect and fully indemnify the AAI from any claims from successful bidder's workmen/employees, their heirs, dependents, representatives etc or from any person(s) or bodies/ companies etc. for any act of commission or omission while executing the order Successful bidder shall be responsible for compliance with all requirements under the laws and shall protect and indemnify completely the AAI from any claims/penalties arising out of any infringements. 13. Correspondence 13.1 All correspondence would be directly with the bidder and correspondence through agents will not be entertained. 14. Settlement of Disputes 14.1 If a dispute of any kind whatsoever arises between the AAI and the Contractor in connection with, or arising out of the Contract or the execution of the works, whether during the execution of the Works or after their completion and whether before or after repudiation or after termination of the contract, including any Page 16 of 45

17 disagreement by either party with any action, inaction, opinion, instruction, determination, certificate or valuation of the Airport Director, AAI, Civil Airport, Bhuj or his nominee, the matter in dispute shall, in first place be referred to the Airport Director, AAI, Civil Airport, Bhuj who shall act as the conciliator on the matter. The disputes will firstly be settled by the Conciliator, failing which any party may invoke arbitration clause Unless the Contract has already been repudiated or terminated or frustrated the Contractor shall in every case, continue to proceed with the works with all due diligence and the Contractor and AAI shall give effect forthwith to every decision of the Airport Director, AAI, Civil Airport, Bhuj or his nominee unless and until the same shall be revised, as hereinafter provided, by the Conciliator or in an Arbitral Award. 15. Arbitration and Law 15.1 Except where otherwise provided for in the contract, all questions and disputes relating to the provisions of this contract shall be settled under the Rules of Indian Arbitration and Conciliation Act, 1996,or any amendment as applicable as on that date within thirty (30) days or such longer period as may be mutually agreed upon from the date that either party notifies in writing that such dispute or disagreement exists. The single Arbitrator for settlement of any dispute with regard to this contract shall be appointed by the Chairman, AAI. The venue of Arbitration shall be New Delhi, India or as mutually agreed by both the parties. The arbitration resolution shall be final and binding upon the parties and judgment may be entered thereon, upon the application of either party, by any court having jurisdiction Indian laws shall govern this contract. 16. TERMINATION FOR DEFAULT & RISK PURCHASE 16.1 AAI may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the Contractor, terminate this Contract in whole or in part in any or the following events if the Contractor fails to perform any other obligation(s) under Contract If the Contractor, in either of the above circumstances, does not remedy his failure within a period of 30 days (or such longer period as AAI may authorize in writing) after receipt of the default notice from AAI As a penalty to the Contractor the AAI shall en-cash Withheld security Deposit. The AAI in such case shall pay for the assessed value of the executed work that can be used. No payment shall be made for the efforts put in by the Contractor in case the same are of no value to AAI. The balance unfinished work of the project will be got done by fresh tendering on Contractor s risk and that extra expenditure will be recovered. 17. TERMINATION FOR INSOLVENCY 17.1 The AAI may at any time terminate the Contract by giving written notice to the firm, without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to AAI. In the event of termination for penalty to the contractor Clause 16 above shall be applicable. Page 17 of 45

18 18. SET OFF 18.1 Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by the Buyer to set off the same against any claim of the Buyer for payment of a sum of money arising out of this contract made by the Contractor with Buyer. Page 18 of 45

19 TERMS & CONDITIONS ANNEXURE-III Note: a. For stating Compliance: Write C in the third column below. b. For stating Non-Compliance: Write NC in the third column below. c. For stating Partial or Conditional Compliance: Write PC in the third column below. S. No. Requirement Statement of Compliance & Agreement 1. Standards & Proven Product 1.1 State of the art technology shall be deployed in the equipment for the system offered and all designs, materials, manufacturing techniques and workmanship shall be in accordance with the highest accepted international standards for this type of equipment. 1.2 The bidder shall also state, where applicable, the National or other International Standard(s) to which the whole, or any specific part, of the equipment or system complies. Bidder should ensure the availability of spares till the warranty period of equipment/system. Bidder has to intimate the obsolesce of spares well in advance so that AAI will keep sufficient number of spares in stock to maintain the system for warranty span of equipment/system. 1.3 The equipment/ system/ similar system having same functionalities / offered for supply should be proven product. The proof of satisfactory operation of such equipment/ system issued by the end user agency to be submitted along with tender 1.4 The offered equipment shall be currently under production and shall be under supply or shall have been supplied in last three years. Details of such supplies/installations having been carried out in the past three years shall be submitted along with the tender, clearly stating details of contact person of the user agencies (name & etc.) 2 Time/ Delivery & Installation Schedule and Part Supplies : 2.1 SITC : 30(Thirty) Days from the date of issue of work order by the supplier 2.2 The supply of goods ordered should be fully completed in not more than three part shipments within the stipulated delivery schedule. The sets supplied in each shipment should Page 19 of 45

20 be complete in all respects. 3. Liquidated Damages 3.1 In case of delay in completion of the contract, liquidated damages (L.D.) shall be 1% of the full value of uncompleted portion of work per week (part of week to be treated as one week) subject to a maximum of 10% of total contract value. If the uncompleted work, restricts the operation of complete system then LD shall be applicable to total value of contract with approval of Competent Authority. 3.2 Normally, Contract have following activities: a. Supply of equipment b. Installation and testing Delay in any stage of work shall invite L.D. according to value of the activity as defined above at AAI, if satisfied, that the works can be completed by the contractor within a reasonable time after the specified time for completion, may allow further extension of time at its discretion with or without the levy of L.D. Application for Extension of time may be made as per the format in. In the event of extension granted with levy of L.D., AAI will be entitled without prejudice to any other right or remedy available in that behalf, to recover from the contractor an agreed compensation amount 1% of the total value of the uncompleted portion of work per week or part thereof subject to a maximum of 10% of total contract value. 4. Time : The Essence of Contract 4.1 The time and date of completion of the works as contained in the supplier s proposal and as agreed to contractually after modifications, if any, shall be final and binding upon the supplier. It must be understood that the supplier has made the proposal after fully considering all such factors which may have any bearing on the time schedule of the contract, and no extension in the schedule whatsoever shall be permitted on these accounts by AAI 5. Delay & Non-Conformance 5.1 In case of time schedule including approved delay with or without levy of liquidated damages for late delivery of equipment or late completion of SITC whichever if applicable as contained in Para 2 & 3 above not being adhered to, AAI shall have the right to cancel the order wholly or in part thereof without any liability of cancellation charges and procure the goods elsewhere in which case the successful bidder shall make good the difference in the cost of goods procured elsewhere and price set forth in the order with the successful bidder. In the event of rejection of non-conforming goods, the successful bidder shall be allowed to correct the non-conformities without extension in delivery period. If successful bidder fails to do Page 20 of 45

21 so within the stipulated time, the purchaser shall have the right to take recourse to Deductions from Contract Price 6.1 All costs, damage or expenses which the AAI may have paid, for which under the contract the supplier is liable, will be claimed by the Airports Authority of India (AAI). All such claims shall be billed by the AAI to the Supplier regularly as and when they fall due. Such bill shall be supported by appropriate and certified vouchers or explanations to enable the supplier to properly identify within fifteen days of the receipt of the corresponding bills and if not paid by the supplier within said period, the AAI may then deduct the amount from any money due or becoming due to the supplier under the contract or may be recovered by actions of Law or otherwise, if the supplier fails to satisfy the AAI of such claims. 7. Right to Accept or Reject the Tenders 7.1 The right to accept the tender in full or in part/parts will rest with AAI. However, AAI does not bind itself to accept the lowest tender and reserves to itself the authority to reject any or all the tenders received without assigning any reason whatsoever. 7.2 Tenders, in which any of the particulars and prescribed information is missing or is incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered non responsive and are liable to be rejected. 8 Termination of Contract at Purchaser s Initiative 8.1 The AAI reserves the right to terminate the contract either in part or in full due to the reasons other than specified herein. The AAI shall in such an event give 15 days notice in writing to the Supplier of their decision to do so. 8.2 The supplier upon receipt of such notice shall discontinue the work on the date to the extent specified in the notice,make all reasonable efforts to obtain cancellation of all orders and contract to the extent they are related to the terminated and terms satisfactory to the AAI, stop all further subcontracting or purchasing activity related to the work terminated, and assist the AAI in maintenance protection and disposition of the work acquires under the contract by AAI 9 Earnest Money Deposit (EMD) 9.1 Each tender must accompany the earnest money, as indicated in the eligibility criteria, Tenders not accompanied by the requisite EMD or proof of exemption from EMD shall be rejected. 9.2 The EMD of all unsuccessful bidders will be returned only after the Contract has been awarded to the successful bidder (whose EMD will be retained). 9.3 EMD shall be refunded to bidders who fail to qualify Pre- Page 21 of 45

22 qualification criteria or Technical qualification criteria immediately after Technical evaluation report is accepted. 9.4 The EMD of the successful bidder will be returned only after the successful bidder submits the performance guarantee in the prescribed Performa, as required in Para 10 of this section. 9.5 No interest or any other expenses, whatsoever, will be payable by AAI on the EMD in any manner. 10 Performance Bank Guarantee 10.1 The bidder, whose tender is accepted, shall within 30 calendar days of the issue of letter of acceptance of the bid, shall submit unqualified performance guarantee of 10% (Ten Per Cent) of the total price to AAI in the form of an irrevocable and unconditional bank guarantee on a Nationalized / Scheduled Bank, as per prescribed Performa In case successful bidder fails to submit the PBG within stipulated period, 10% of the bill amount shall be retained by AAI towards security deposit from the bill amount submitted and the same shall be released after 03 months after the completion of warranty period The Performance Guarantee shall be valid for 3 months beyond the warranty period or shall remain valid as per provisional extension granted by AAI. If the agency fails to extend the validity of the Performance Guarantee, the same shall be en-cashed by AAI with or without notice 10.4 The guarantee amount shall be payable to AAI without any condition whatsoever and the guarantee shall be irrevocable The performance guarantee shall be deemed to govern the following guarantees from the successful bidder, in addition to the other provisions of the guarantee The successful and satisfactory operation of the equipment supplied in accordance with the specifications and other relevant documents 10.7 The equipment supplied shall be free from all defects of design, material and workmanship and upon written notice from AAI, the successful bidder shall fully remedy, free of expenses to AAI, all such defects as developed under the normal use of the said equipment within the period of guarantee/warranty The performance guarantee is intended to secure the performance of the entire equipment. However, it is not to be construed as limiting the damages stipulated in any other clause The performance guarantee will be returned to the successful bidder at the end of the period of liability without interest. Page 22 of 45

23 11 Force Majeure 11.1 AAI may grant an extension of time limit set for the completion of the work in case the timely completion of the work is delayed by force majeure beyond the contractor's control, subject to what is stated in the following sub paragraphs and to the procedures detailed there in being followed. Force majeure is defined as an event of effect that cannot reasonably be anticipated such as acts of God (like earthquakes, floods, storms etc.), acts of states, the direct and indirect consequences of wars (declared or un declared), hostilities, national emergencies, civil commotions and strikes (only those which exceed a duration of ten continuous days) at successful Bidders factory. The successful bidder s right to an extension of the time limit for completion of the work in above mentioned cases is subject to the following procedures: That within 10 days after the occurrence of a case of force majeure but before the expiry of the stipulated date of completion, the bidder informs the AAI in writing that the Bidder considers himself entitled to an extension of the time limit That the Successful Bidder produces evidence of the date of occurrence and the duration of the force majeure in an adequate manner by means of documents drawn up by responsible authorities That the Successful Bidder proves that the said conditions have actually been interfered with the carrying out of the Contract That the Successful Bidder proves that the delay occurred is not due to his own action or lack of action Apart from the extension of the time limit, force majeure does not entitle the successful bidder for any relaxation or to any compensation of damage or loss suffered. 12 Arbitration and Laws 12.1 Except where otherwise provided for in the contract, all questions and disputes relating to the meeting of the specifications, designs, drawings, and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works, or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof shall be settled within thirty (30) days (or such longer period as may be mutually agreed upon) from the date that either party notifies in writing that such dispute or disagreement exists. Provided that anydispute that remains unresolved shall be settled under the Rules of Page 23 of 45

24 Indian Arbitration and Conciliation Act, 1996, The venue of Arbitration shall be New Delhi, India. The arbitration award shall be final and binding upon the parties and judgment may be entered thereon, upon the application of either party, by any court having jurisdiction 12.2 Indian laws shall govern this contract 13 Price: In case of E-Tender, follow the instructions available on E-tender Portal Note: This is the most important part of procurement process and needs to be defined very clearly in the tender document The bidder shall confirm that quoted prices shall be firm and fixed and subject to no escalation whatsoever till the validity period of the tender 13.2 The supplier shall quote the prices up to Door Delivery basis 13.3 The rates shall be entered in figures as well as in words. For the purpose of the tender, the metric system of units shall be used. In the event of any discrepancy, the unit price quoted in words will be taken as the correct basis. In case of E-Tender, follow the instructions available on E- Portal 13.4 In case of item rate tender, only rates quoted shall be considered. Bidder shall quote the rates in figures as well as in words (In English language only). The rates quoted in figures shall be in International numerals and whole numbers. The amount for each item shall be worked out and the all requisite totals given. Special care shall be taken to write rates in figures as well as in words, and the amounts in figures only. The Total Amount shall be written both in figures and in words. In case of E-Tender, follow the instructions available on E-Portal The rates should include patent rights, if any 13.6 That if on checks there are differences between the rates given by the contractor in words and figures or in amount worked out by him, the following procedures should be followed : i. When there is a difference between the rates in figures and in words, the rates which correspond to the amounts worked out by the contractor, should be taken as correct. ii. When the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words, then the rate quoted by the contractor in words should be taken as correct iii. When the rate quoted by the contractor in figures and in words tallies but the amount is not worked out correctly, the rate quoted by the contractor should be taken as correct and not the amount Page 24 of 45

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata 700 016. Notice inviting e-tender Notice Inviting e-tender No. 22/2014-2015

More information

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware TENDER DOCUMENT Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware Tender No. : Purchase: 2016-17 (FUJITSU RAM) August 26, 2016 PART A Sealed tenders are invited for

More information

The tender document may be download from the website,www,cdac.in/

The tender document may be download from the website,www,cdac.in/ Ref: 19 (05)/2018-MMG 19-November-2018 C-DAC, Noida, a Scientific Society under the Ministry of Electronics and Information Technology, Govt. of India, invites electronic bids in single bid system for

More information

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt TENDER DOCUMENT For Consultancy for ISO 9001:2008 Certification Tender Reference Number: 15-5/2012-Lib. Dt. 09.08.2012 Government of India SOUTHERN REGION FARM MACHINERY TRAINING & TESTING INSTITUTE Tractor

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

Notice inviting e-bids for Printing and Supply of IEC Material

Notice inviting e-bids for Printing and Supply of IEC Material MISSION DIRECTOR NATIONAL HEALTH MISSION, J&K Jammu Office: Regional Institute of Health & Family Welfare, Nagrota, Jammu. Fax: 0191-2674114; Telephone: 2674244.Pin: 181221 Kashmir Office: J&K Housing

More information

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur Tender For Server hosting CPMS and other applications At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : 08 th December 2017 NIT No. : Pre-Bid Meeting : 18 th December 2017 at 03:15 PM

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

भ रत य व म नपत तन प र ध करण

भ रत य व म नपत तन प र ध करण TENDER FEE: Rs.1120/- भ रत य व म नपत तन प र ध करण AIRPORTS AUTHORITY OF INDIA VISAKHAPATNAM AIRPORT, VISAKHAPATNAM-530009 E-TENDER DOCUMENT For SITC of GPS based Redundant Master Clock and NTP Slave Clocks

More information

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year TENDER DOCUMENT For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year 2018-19 Date and Time of Submission: 21 st June 2018 till 10:30 AM Technical Bid opening: 21 st June 2018

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

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

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR 713 209, WEST BENGAL TENDER REFERENCE CONTACT DETAILS TENDER DOCUMENT FOR MS/SS SHEET PUR/417/NETDG/13/2018-19/RET

More information

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न Notice Inviting e-tender Tender ID: - 2019_CSIR_22264_1 1. Director CSIR-CEERI, Pilani on behalf of Council of Scientific & Industrial Research (CSIR), New Delhi are hereby invited Online e-tender for

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

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI NATIONAL INSTITUTE OF FASHION TECHNOLOGY (A Statutory body governed by the NIFT Act 2006 and set up by the Ministry of Textiles, Govt. of India) NIFT/DC/PO/603/Router Machine/F&LA/2018 E-TENDER DOCUMENT

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

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

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

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

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA RAICHUR POWER CORPORATION LIMITED TENDER DOCUMENT Procurement of Over Running Clutch for APH Gear Box Tender No.SE(S&P)/ET/EE (BM/18-19/124 Dtd: 08.08.2018 Office of the SUPERINTENDING ENGINEER (PURCHASE)

More information

Standard Bid Document

Standard Bid Document Standard Bid Document TECHNICAL SPECIFICATIONS FOR DESKTOP S. No Items Description (Desktop) Quantity 1 Desktop Intel Core i3, 7 th Gen or Higher, 4GB DDR4 RAM, 500 GB HDD or Higher, DVD Writer, LAN &

More information

MECON LIMITED A Government of India Enterprise

MECON LIMITED A Government of India Enterprise TENDER NOTICE Sub: Tender Enquiry for supply and installation of Active Directory System under DGS&D Rate Contract in MECON offices at Ranchi, Delhi & Bangalore office. A. TENDER ENQUIRY NO. 11.74/Active

More information

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION

More information

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

of Server No. of Server Period of AMC 06 One year The details of tender document are as below: 26-April-2018 NOTICE INVITING e-tender C-DAC Noida, a Scientific Society under the Department of Electronics and Information Technology, Ministry of Communications & Information Technology, Govt. of India,

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

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

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

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS NOTICE INVITING TENDER Tender No. 6098 Dtd. 04.05.2017 1 Name of Work : Supply, Installation, Testing and

More information

Embassy of India Abidjan (Cote d'ivoire)

Embassy of India Abidjan (Cote d'ivoire) Embassy of India Abidjan (Cote d'ivoire) www.eoiabidjan.org Supply of Computers and Peripherals to Conakry, Republic of Guinea through the Embassy of India, Abidjan (Cote d'ivoire) Tender No.: ABI/230/01/2013

More information

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated: Intelligent Communication Systems India Ltd. (ICSIL) (Joint Venture of TCIL - A Govt. of India Enterprise & DSIIDC - An Undertaking of Delhi Govt.) Administrative Building, 1 st Floor, Above Post Office,

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

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS (A JOINT VENTURE COMPANY OF KPCL, BHEL & IFCIL) 2 X 800 MW -, KARNATAKA TENDER DOCUMENT Procurement of MS ERW Pipes for YTPS Tender No. EE(P)/ET/EE(AH/17-18/383/CALL-3, Dtd:09.07.2018 Office of the SUPERINTENDING

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

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi - 110003 TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE

More information

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

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

e-tender for Comprehensive Annual Maintenance Contract (AMC) of Un-interrupted Power Supplies (UPS) installed at Patent Office, Mumbai

e-tender for Comprehensive Annual Maintenance Contract (AMC) of Un-interrupted Power Supplies (UPS) installed at Patent Office, Mumbai Tender No. CGPDTM/ IPO/UPS AMC/2018/02 NOTICE INVITING TENDER FOR e-tender for Comprehensive Annual Maintenance Contract (AMC) of Un-interrupted Power Supplies (UPS) installed at Patent Office, Mumbai

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

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

NOTICE INVITING e-tender

NOTICE INVITING e-tender OFFICE OF THE PRINCIPAL COMMISSIONER OF CUSTOMS (GENERAL) CHS SECTION, JNCH, NHAVA-SHEVA, TAL URAN, RAIGAD, MAHARASHTRA 400 707 Tel: 022 27244902 Fax: 022 27243303 F.No. S/43-187/2007 P JNCH Date: 24.05.2016

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

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

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur Tender for Supply & Installation of Portable Dissolved Oxygen Meter at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BIO/RD/1/1(I)/2015-16/8 NIT Issue Date : 29 April 2015 Last Date of Submission

More information

ADDENDUM. Sl.No. Page No / Clause. No. [Type text]

ADDENDUM. Sl.No. Page No / Clause. No. [Type text] Tamilnadu Polymer Industries Park Limited (TPIPL) 19-A, Rukmini Lakshmipathi Road, Egmore, Chennai 600 008, Tamil Nadu Tel: 91-44-28551192; 28554479/80/84; Fax: 91-44-28553729 Request for proposal (RFP)

More information

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated: Intelligent Communication Systems India Ltd. (ICSIL) (Joint Venture of TCIL A Govt. of India Enterprise & DSIIDC An Undertaking of Delhi Govt.) Administrative Building, 1 st Floor, Above Post Office, Okhla

More information

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur Tender for Supply & Installation of Laptops at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/RCTMT/1/1(I)/2016-17/16 NIT Issue Date : 01 June 2016 Last Date of Submission : 10 June 2016 by

More information

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ CSIR-CENTRAL ELECTRONICS ENGINEERING RESEARCH INSTITUTE (व ज ञ तथ प र द य ग क म लय / MINISTRY OF SCIENCE & TECHNOLOGY, रत सरक र/ GOVT. OF INDIA) व

More information

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur Tender for Supply & Installation of Laptops at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/RCTMT/1/1(I)/2014-15/75 NIT Issue Date : 14 January 2015 Last Date of Submission : 27 January 2015

More information

General Terms of Contract

General Terms of Contract APPENDIX III General Terms of Contract GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS 1. 1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have

More information

Tender. for. Indian Institute of Technology Jodhpur

Tender. for. Indian Institute of Technology Jodhpur Tender for Supply & Installation of the Shaper at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/ENERGY/2/1(I)/2014-15/22 NIT Issue Date : 04 August 2014 Last Date of Submission : 28 August

More information

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida स -56/1, स क टर-62, स स थ गत क ष त र, न एड 201307 CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING C-56/1, Sector-62, Institutional Area, Noida 201307 द रभ ष/Tel: 01203063311-13, फ क स/Fax::01203063317, Ref.

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

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

This non-judicial stamp paper forms an integral part of this agreement dated. executed between NAFED and

This non-judicial stamp paper forms an integral part of this agreement dated. executed between NAFED and This non-judicial stamp paper forms an integral part of this agreement dated. executed between NAFED and AGREEMENT THIS AGREEMENT is made and entered into at New Delhi on this day of, 2017 BY and BETWEEN:

More information

SUPPLY OF MEDICINAL GASES FOR THE YEAR

SUPPLY OF MEDICINAL GASES FOR THE YEAR GOVT. MEDICAL COLLEGE & ASSOCIATED HOSPITALS JAMMU Name of the Group: SUPPLY OF MEDICINAL GASES FOR THE YEAR 2015-16 STANDARD BIDDING DOCUMENT E-TENDER NOTICE 08 OF 2015 P U R C H A S E C O M M I T T E

More information

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission F. No. 12/01/2017-G भ रत सरक र कर मच र चयन आय ग क र र मक और प रर क षण व भ ग क र र मक ऱ क र क यत और ऩ न र त र ऱय ब ऱ क न. १२ क न द र य क य मऱय ऩररसर, ऱ ध र ड नई द ल ऱ -110003 Government of India Staff Selection

More information

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents. INVITATION TO BID Document-I Name of Works: (i) Comprehensive Abatement and Removal of all hazardous material in one building of Embassy of India located at 1438 U Street NW, Washington DC 20008, and (ii)

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

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale BALMERLAWRIE & CO. LTD. CONTAINER FREIGHT STATION [No.32, Sattangadu Village, Manali, Chennai-600068 Phone No 25941813 /25942557, Fax No. 25941863 E-mail: shankar.vb@balmerlawrie.net] TENDER NO: BLC/CFS/Weighing

More information

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly 712502 Notice Inviting e-tender NoticeInviting e- TenderNo.:WBMAD/CHAIRMAN/BNS/NIT-05(xi)(e)/2014-15 2 nd Call Memo No.: BNS/MPLADS/NIT-05(xi)/2014-15(e)

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

COMMERCIAL TERMS AND CONDITIONS

COMMERCIAL TERMS AND CONDITIONS COMMERCIAL TERMS AND CONDITIONS 1. The price of link shall be inclusive of all duties, taxes and levies paid or payable on components, sub assemblies and any material used. 2. The owner reserves right

More information

INDIAN STATISTICAL INSTITUTE

INDIAN STATISTICAL INSTITUTE .' INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road, KOLKATA-700108 e-tender illno. J.,i IVr04S-1 201.6 Date: 01106/2016 Notice inviting Tender (NIT) e-tenders are invited from interested vendors

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

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY OFFICE OF THE STATE COORDINATOR, STATE PROJECT MANAGEMNT UNIT, NATIONAL REGISTER OF CITIZENS, ASSAM OFFICE OF

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

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

LAKWA THERMAL POWER STATION

LAKWA THERMAL POWER STATION Assam Power Generation Corporation Limited (A Company Constituting the Generation Wing of former ASEB) Office of the General Manager LAKWA THERMAL POWER STATION P.O. SUFFRY-785689, MAIBELLA DIST-CHARAIDEO,

More information

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF DUSTBINS TO 69 GOVERNMENT ARTS & SCIENCE, EDUCATION COLLEGES AND 24 UNIVERSITY CONSTITUENT COLLEGES

More information

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF SCIENCE LAB EQUIPMENTS TO 62 GOVERNMENT ARTS AND SCIENCE COLLEGES AT VARIOUS PLACES IN TAMIL NADU

More information

Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02.

Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02. Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02.2018 Bid document for Annual Maintenance Contract (AMC) of Local Area

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

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

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated: OFFICE OF THE EXECUTIVE ENGINEER, RCC UPPER DIVISION, KATHUA Phone (Office) : 01922234798 Email: rticupperdiv.kathua1@gmail.com Short Notice Inviting Tender e- NIT No./ 10 of 2018-19 RCC UPPER/RTIC Kathua

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods) STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS (Procurement of Goods) TABLE OF CONTENTS INTRODUCTION. 3 PAGE SECTION I INVITATION TO TENDER 4 SECTION II INSTRUCTIONS TO TENDERERS. 5 Appendix to Instructions

More information

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP)

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP) SATYENDRA NATH BOSE NATIONAL CENTRE FOR BASIC SCIENCES [An Autonomous Institute under Department of Science & Technology, Government of India] BLOCK JD, SECTOR III, SALT LAKE, KOLKATA- 700 098 PHONE: +91-(0)

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

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

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot. DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot. TENDER DOCUMENT VOLUME-I

More information

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT 27, RAJENDRA NATH MUKHERJEE ROAD KOLKATA - 700 001 (WEST BENGAL) PHONE NO. (033) 2248 5841-44; FAX: (033) 2210 3961 E-MAIL: bbjproj@vsnl.net ; info@bbjconst.com TENDER NO. NIT/DGM(P-V)/AN/TRANSPORT/2140/2018

More information

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES Credit Guarantee Fund Trust for Micro and Small Enterprises [Setup by Govt. of India and SIDBI] 7 th Floor,

More information

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF AUTOMATIC NAPKIN VENDING MACHINES TO 85 GOVERNMENT ARTS & SCIENCE AND EDUCATION COLLEGES AT VARIOUS PLACES

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

Notice Limited Tender Enquiry

Notice Limited Tender Enquiry JAMIA MILLIA ISLAMIA Jamia Nagar, New Delhi-110 025 Ph: 011-26982759 Notice Limited Tender Enquiry NIT-38/Uniform-Gp-D/PICO/JMI/2017 Date:- 01/11/2017 Online bids are invited from reputed companies/authorized

More information

Supply and Installation of A3 Size Scanner

Supply and Installation of A3 Size Scanner O/o PRINCIPAL CHIEF CONSERVATOR OF FORESTS MADHYA PRADESH FOREST DEPARTMENT (Information Technology Wing) Satpura Bhawan, BHOPAL 462004 (MP) Phone no. 0755-2674302 Fax no. 0755-2555480 www.mpforest.gov.in

More information

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER NIT No: - F (E.Tend)(Ren.Qtr.Hos) UCD)KU/ 54/18 DATED: -14-09-2018. For and on behalf of the University

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

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [P-3/1 Transport Depot Road, Kolkata-700088. Phone No 24506816 /24506811, Fax No. 24498355 E-mail: sett.a@balmerlawrie.com CIN - L15492WB1924GOI004835

More information

Sl. No. Query/ Concern Clarification/ Information/ Amendment

Sl. No. Query/ Concern Clarification/ Information/ Amendment THE ODISHA STATE CO-OPERATIVE SPINNING MILLS FEDERATION LTD.(SPINFED) Request for Proposal invited dated January 20, 2015: Development of 25,000 Spindle Cotton Spinning Mill at Konarkspin, Kesinga, Odisha.

More information

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1 2018. ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI Corrigendum 1 Dated Guwahati, December 21, 2018 Refer this office NIT No. S-VI/MOITRI SOCIETY/01/2017/116 dtd. 12-12- The following changes/additions have

More information

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF 4161 Nos. OF AUTOMATIC ELECTRICAL SANITARY NAPKIN INCINERATORS IN 3334 GOVT. HIGH SCHOOLS AND HIGHER

More information

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018 DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA 700015 TENDER NO: DOCT/COMP/e-NIT20/2018-19 DATE: 13/08/2018 Name of the Work: Procurement of computer consumables

More information

Notice for inviting E-Tender for hiring of vehicles

Notice for inviting E-Tender for hiring of vehicles GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER CENTRAL GST & CENTRAL EXCISE, 3 rd Floor, C.R.BUILDING, (ANNEXE), BIRCHAND PATEL PATH, PATNA-I 800 001 Notice for inviting E-Tender for hiring of vehicles

More information

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI ADMIN/PHOTOCOY&BINDING/816 /2016 15 July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI Sealed Quotations are invited for EMPANELMENT OF AGENCIES

More information

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year Tender Document Printing & Supply of 25 th Annual Report of OIDC for the Financial Year 2016-17 Omnibus Industrial Development Corporation of Daman & Diu and Dadra & Nagar Haveli Limited (A Government

More information

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD. GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY

More information

NOTICE INVITING TENDER (NIT)

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

More information

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

Standard Bidding Documents. For. KMU Annual report

Standard Bidding Documents. For. KMU Annual report Standard Bidding Documents For KMU Annual report 2010-11 JANUARY 2012 Khyber Medical University Peshawar, (Khyber Pakhtunkhwa) TABLE OF CONTENTS NO. OF SECTION NAME OF CONTENTS PAGE NO. SECTION- I INVITATION

More information