RFP for Consultant for Implementation of IT Governance Framework based on COBIT 5

Size: px
Start display at page:

Download "RFP for Consultant for Implementation of IT Governance Framework based on COBIT 5"

Transcription

1 Governance Framework based on COBIT 5 IDBI Bank Limited. 11 January

2 TABLE OF CONTENTS SL # CONTENT PAGE # 1 Table of Contents 2 2 Document Control Sheet & Disclaimer 4 3 Section - 1 Background 6 4 Guidelines for Bidders 6 5 Bid Security (EMD) / Eligible Criteria 9 8 General Instructions 9 9 Section - 2 Procedure for Submission of Bids Clarification of Bid Document / Language of Bids / Bid Prices Firm Prices / Bidder Qualification Period of Validity of Bids / Format & Signing of Bid Modification & Withdrawal of Bids Address for Correspondence / Opening of Bid Preliminary Examination / Post Qualification Bid Evaluation Criteria Financial Bidding Process Acceptance of Bids / Signing of Contract / Performance Security Section 3 - Definitions Intellectual Property Rights and Patent Rights Payment against Bank Guarantee Liquidated Damages Termination for Convenience / Dispute Resolution 36 2

3 25 Address for Notices Bidder s Integrity Bidder s Obligations Contract Prices / Information Security Term and Extension of the Contract / Termination Consequences of Termination Penalty / Insurance Section IV Scope of Work and Service Level Expectations Section V - Technical Bid Form Financial Bid Form Non Disclosure Agreement Price Schedule Format Contract Form Performance Security Form Acceptance Certificate Unconditional Acceptance of Term & Condition of the RFP Section VI - Fulfillment of Eligibility Criteria 77 3

4 Document Control Sheet Name of the Company IDBI Bank Limited Date of issue 11/01/2014 Cost of the Bid Document (Nonrefundable) Bid Security (EMD) Last date for submission of Pre Bid Queries Pre Bid Query meeting Last Date and Time for Receipt of Bids Schedule for Opening of Technical Bids Schedule for Opening of Commercial Bid Place of Opening of Bids Address for Communication Rs.1,000/- (Rupees One Thousand Only] in the form of Demand Draft / Bankers Cheque from a Scheduled Bank in favor of IDBI Bank Limited, payable at Mumbai only to be submitted along with the Bid. Rs.1,00,000/- (Rupees One Lakh Only) in the form of Demand Draft / Bankers Cheque or pay order from a scheduled Bank in favor of IDBI Bank Limited, payable at Mumbai only to be submitted along with the Bid. 16/01/ PM 17/01/ PM 03/02/ PM 03/02/ PM Date & Time will be intimated to the shortlisted bidders IDBI Intech Ltd. 5th floor, Mafatlal Centre, Nariman point As given above Note: 1. This tender document is the property of IDBI Bank & is not transferable. 4

5 2. This bid document has [78]pages. Disclaimer The information contained in this Request for Proposal (RFP) document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of IDBI Bank Limited ( IDBI Bank ), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.this RFP document is not an agreement and is not an offer by IDBI Bank. This RFP is to invite proposals from applicants who are qualified to submit the bids ( Bidders ). The purpose of this RFP is to provide the bidder(s) with information to assist them in formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each bidder may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this RFP. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. The information contained in the RFP document is selective and is subject to updation, expansion, revision and amendment. It does not purport to contain all the information that a Bidder may require. IDBI Bank does not undertake to provide any Bidder with access to any additional information or to update the information in the RFP document or to correct any inaccuracies therein, which may become apparent. IDBI Bank reserves the right of discretion to change, modify, add to or alter any or all of the provisions of this RFP and/or the bidding process, without assigning any reasons whatsoever. Such change will be intimated or made accessible to all Bidders. Any information contained in this document will be superseded by any later written information on the same subject made available to all recipients by IDBI Bank. IDBI Bank reserves the right to reject any or all the proposals received in response to this RFP at any stage without assigning any reason whatsoever. The decision of IDBI Bank shall be final, conclusive and binding an all the parties. 5

6 Background Section I IDBI Bank Ltd ( Bank ) is a company incorporated and registered under the Companies Act, 1956 (1 of 1956) and a banking company under section 5 (c) of the Banking Regulation Act, 1949 (10 of 1949). Bank is also a Scheduled Bank as notified by the Reserve Bank of India under the Reserve Bank of India Act, IDBI Bank is engaged in providing finance to industries and banking business. Purpose of RFP The purpose of the present RFP is to invite bids for appointing a Consultant for Implementation of IT in IDBI Bank. Guidelines for Bidders Due Diligence The Bidder is expected to examine all instructions, forms, terms and specifications in this RFP and study the RFP document carefully. Bid shall be deemed to have been submitted after careful study and examination of this RFP with full understanding of its implications. The Bid should be precise, complete and in the prescribed format as per the requirement of this RFP. Failure to furnish all information required by this RFP or submission of a Bid not responsive to this RFP in each and every respect will be at the Bidder s own risk and may result in rejection of the Bid and for which IDBI Bank shall not be held responsible. Cost of RFP / Bid document Cost of RFP / Bid document is Rs. 1000/- (Rupees One Thousand only). The prospective Bidder is required to pay the prescribed amount in the form of Demand Draft or pay order in favor of IDBI Bank Limited, payable at Mumbai, at the time of purchasing the RFP/Bid Document. In case, the Bid/RFP Documents are downloaded from the Internet (IDBI Bank site); the prescribed amount towards the cost of Bid Document should be paid along with the submission of the Bid response. Bids without the payment of amount towards the cost of Bid Document shall be rejected. The Cost of RFP / Bid document is non-refundable. Cost of Bidding The Bidder shall bear all costs and expenses associated with the preparation and submission of its Bid and IDBI Bank shall in no case be held responsible or liable for these costs, regardless of the conduct or outcome of the bidding process including cancellation or abandonment or annulment of the bidding process. 6

7 Bid Security (EMD) The Bidder shall furnish, as part of its Bid, a Bid Security of Rs. 1,00,000/- (Rupees One Lakh only) by way of demand draft or pay order in favour of IDBI Bank Limited payable at Mumbai and the same must accompany the Technical Bid. The Bid security / EMD shall not bear any interest. a) Rejection of Bid Any Bid not accompanied by the EMD as mentioned above, shall be rejected by IDBI Bank, without any further correspondence, as non-responsive. b) Discharge of Bid Security of Unsuccessful Bidder In the case of unsuccessful Bidder or decision by the Bank to abandon the Bid process, the Bid Security will be discharged / returned / refunded without any interest payment within 90 (ninety) days from the date of closure of Bid to all the Bidders who participated in the Bid process. c) Discharge of Bid Security/EMD of Successful Bidder The successful Bidder s Bid Security amount will be discharged upon the Bidder signing the contract and furnishing of the performance security and other guarantee(s)/security in the form and manner to the satisfaction of IDBI Bank, within the stipulated time. d) Forfeiture of Bid Security The Bid Security shall be forfeited: i. If a Bidder withdraws his Bid during the Bid validity period; or ii. If a Bidder makes any statement or encloses any form or document which turns out to iii. iv. be false, incorrect and/or misleading at any time prior to signing of contract and/or conceals or suppresses any material information; or If the successful Bidder fails to sign the contract or furnish performance security and other guarantee(s)/security in the form and manner to the satisfaction of IDBI Bank, as mentioned in the Bid Documents; or In the event of any evasion, avoidance, refusal or delay on the part of the Bidder to sign and execute any document, as may be required by IDBI Bank. 7

8 Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. Eligibility Criteria 1. The bidder should be a Government Organization/PSU/PSE/ partnership firm or a limited Company under Indian Laws with an established setup in India. 2. Annual turnover from Indian operations of the bidder should be at least Rs. 10 Crores for last 3 Financial Years viz , , The bidder should be a net profit making company/ firm (from Indian Operations) in two of the last three financial years (as per last 3 years audited financials (i.e. FY , & )). 4. The bidder should have successfully implemented/ provided Consultancy on implementation of IT Governance Frameworks (COBIT/ValIT/ITIL/COSO any one) in at least one BFSI organisation in India having turnover of Rs. 10 Crore. 5. Bidder should have at least Five certified professionals having COBIT/CISA/ CISM/ISO27001LA/ISO 20000LA/PMP/PRINCE2/ITIL or equivalent. Minimum 2 of the above Certifications for Project Manager. Minimum 1 of the above Certifications for Team member. The above resources should have relevant experience in implementation of frameworks such as ValIT/ITIL/COSO/ISO 27001/ISO The Proposed Team to be deployed on the Project should comprise only such above mentioned resources. 6. The Bidder should not have been put in the negative list by any Bank/ Government Organization for breach of any applicable law or violation of regulatory prescriptions or breach of agreement during the last 2 (two) years. 7. The Bidder should not have exhibited a record of poor performance such as abandoning works, not completing the contractual obligations properly, inordinately delaying completion of projects/assignments or financial failures, etc. in any project/assignment in the preceding 3 (three) years. 8. The Bidder should be able to start the activity within 1 (one) week from the date of award of the Contract. 9. The Bidder should have all necessary licenses, permissions, consents, no objections, approvals as required under law for carrying out its business. The Bidder should have currently valid Sales tax/vat/service Tax Registration Certificate and PAN Card. 10. Bidder should be the prime bidder and no consortium is allowed for the consultancy services to be offered. 8

9 Bid Evaluation Criteria 1. The Bidders shall submit their offers strictly in accordance with the terms and conditions of the Bid Documents. Any bid, which stipulates conditions contrary to the terms and conditions given in the Bid Documents, is liable for rejection. Any decision of IDBI Bank Ltd. in this regard shall be final, conclusive and binding on the Bidder. 2. The Financial Bid will be opened only if the Technical Bid is cleared and accepted. 3. T1xL1 vendor will be arrived at by considering the highest score. Methodology provided in the section on Bid evaluation. General Instructions 1. The bid consists of two parts namely, Technical Bid and Financial Bid, which are required to be submitted in two separate sealed covers marked as "Technical Bid" and "Financial Bid". Both the envelopes carrying Technical Bid and Financial Bid should then be put in a single outer cover sealed. The cover should read Bid for Consultant for Implementation of IT Governance based on COBIT 5 for IDBI Bank. 2. Bid envelope shall also indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared "LATE" i.e. it is not submitted by the Bidder within the period stipulated for submission of the Bids. 3. If the outer envelope is not sealed and marked as required, IDBI Bank will assume no responsibility for the Bid s misplacement or premature opening. 4. No indications pertaining to price or financial or commercial terms should be made on the envelopes. The Financial Bid will be opened only if the Technical Bid is cleared and accepted. 5. All the bids, duly addressed to DGM ITD, IDBI Bank Limited, must be submitted in person to the IDBI representative mentioned below at the following address on or before the due date specified DGM ITD IDBI Intech Limited, 5 th Floor, Mafatlal Centre, Nariman Point, Mumbai

10 6. IDBI Bank reserves the right to accept or reject in part or full any or all the bids without assigning any reason whatsoever. Any decision of IDBI Bank in this regard shall be final, conclusive and binding on the Bidder. 7. Any condition put forth by the Bidders which are non-conforming to the Bid requirements, shall not be entertained at all and such Bid shall be rejected. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidders. 8. Decision as to any arithmetical error, manifest or otherwise in the response to Bid Document shall be decided at the sole discretion of IDBI Bank and shall be binding on the Bidder. Any decision of IDBI Bank in this regard shall be final, conclusive and binding on the Bidder. 9. IDBI Bank reserves the right to re-issue / re-commence the entire bid process in case of any anomaly, irregularity or discrepancy in regard thereof. Any decision of IDBI Bank in this regard shall be final, conclusive and binding on the Bidder. 10. Interested Bidders may obtain further information from Mr. Niju Mohan, IDBI Intech Ltd, Plot No.39-41, Sector-11, CBD Belapur, Navi Mumbai , Phone No between hrs to hrs on working days or to niju.mohan@idbiintech.com. 11. Modification to the Bid Documents, if any, will be made available as addendum on the Internet and / or ed to the prospective bidders. 12. The Bid Documents may be downloaded from our website and submitted to the above mentioned office address. 13. If a holiday is declared on any of the dates mentioned above, the bids shall be received /opened on the next working day at the same timings specified above. 14. Successful bidder would sign the Agreement with IDBI Bank at Mumbai only. 15. Bidder will need to work in parallel along with other vendors / contractors at site to ensure timely completion within stipulated timeframe. To complete the work at the site within stipulated timeframe, Bidder consultants may have to visit the site multiple times, if required, at no extra cost. 16. Each Bidder shall submit only one proposal. 17. Quotation shall remain valid for a period of 90 (ninety) days from date of submission of Financial Bid. 10

11 18. Prices quoted should be all inclusive i.e. inclusive of Taxes / Duties / Statutory levies excise duty, sales tax, VAT and charges for local conveyance, travelling, accommodation etc. 19. The price quoted by the Bidder cannot be altered or changed due to escalation on account of any variation in taxes, levies. 20. The price quoted is to be written in words as well as figures and in case of discrepancies between prices written in words and prices written in figures, the prices written in words shall be considered to be correct. 21. All taxes, if any, applicable shall be deducted at source as per current rate while making any payment. 22. IDBI Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard. 23. The bids received and accepted will be evaluated by IDBI Bank to ascertain the best and lowest bid in the interest of IDBI Bank. However, IDBI Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. 24. IDBI Bank reserves the right to accept or reject any quotation and to cancel the bidding process and reject all quotations at any time prior to award of the contract. 25. Payment will be cleared within 30 (thirty) days after submission of necessary documents as mentioned in the RFP. Payment terms : Stage No. Stage Name Deliverables/ Milestones Percentage of payment due I Assessment of Current State (Gap Assessment) COBIT Gap Assessment Report for all processes and with current ratings Present problems and opportunities to IDBI Management. Constraints or Limitations in the present environment Key issues and weaknesses related to the current and required future solutions and 20% 10% 11

12 services Define Risk Appetite and Maturity of the existing IT governance model Define COBIT CSA model with rating tool having capability to evaluate all the processes periodically II Define Road map Best Practices, Organisation Chart, 20% RACI Chart, Road map, Identified Projects III Plan Program Project Definitions, Detailed Project Plan (including baselined schedule), Reporting Procedures, Identified Quick Wins, KPI for the target stage, Various documents generated through the abovementioned activities 20% IV Execute and Monitor Provide PMO support / 15% handholding in roll-out / implementation for a period of 4 months Conduct Periodic awareness programs to familiarize on new processes, projects and plans Ensure the execution of the 15% initiative is based on an up-todate and integrated plan of the projects within the initiative. Guide and monitor the contribution of all the projects in the initiative to ensure delivery of the expected outcomes. Provide regular update reports to stakeholders to ensure that progress is understood and on track. Conduct follow-up assessments with respect to COBIT 5 Process Maturity Model to monitor progress Total 100% 12

13 Section II Procedure for Submission of Bids General: 1. One Copy of sealed Technical Bid & One Copy of the sealed Financial Bid must be submitted at the same time, giving full particulars in separate sealed envelopes. 2. All the envelopes must be super-scribed with the following information: Type of Offer (Technical or Commercial) Reference Number (IDBI RFP XXXX) Due Date Name of Bidder Name of the Authorised Person 3. All Schedules, Formats and Annexure should be stamped and signed by an authorized official of the bidder s company. 4. ENVELOPE-I (Technical bid): The Technical bid should be complete in all respects and contain all information asked for, except prices. The Technical bid should not contain any price information. The TECHNICAL BID should be complete and should be submitted in the specified format only. 5. ENVELOPE-II ( Financial bid): The Financial bid should give all relevant price information and should not contradict the TECHNICAL BID in any manner. The FINANCIAL Bid should be submitted in specified format only. 6. The prices quoted in the commercial bid should be without any conditions. 7. Please note that if any envelope is found to contain both technical and commercial bid, then that offer will be rejected outright. Documents to be submitted along with the Bid: 1. Technical Bid Separate Envelope 2. Unconditional Acceptance of Terms and Conditions 3. Fulfillment of Eligibility Criteria as per section of eligibility criteria 4. Certified true copy of Board Resolution towards authorizing the signatory to sign all documents in respect of RFP including the commercial bid. 5. Financial Bid Format Separate Envelope. 13

14 The above details are MANDATORY, without which the Bids are liable to be rejected 1. Before bidding, the Bidders are requested to carefully examine the Bid Documents and the terms and conditions of the contract thereof, and if there appears to be any ambiguity, gap(s) and/or discrepancy between any of the Bid Documents they should forthwith refer the matter to IDBI Bank for necessary clarifications and / or confirmation. 2. The Bidder shall complete in all respects, form(s) annexed to the Bid Documents, quote the prices, furnish the information called for therein, and sign and date each of the documents in the relevant space provided therein for the purpose. The Bidder shall initial each page of the Bid Documents. 3. The bid shall be properly signed by a person or persons duly authorized by the Bidder with signature duly attested. In the case of a body corporate, the bid shall be signed by the duly authorized officers and supported by requisite internal corporate authorisations. The bid submitted in case of a consortium shall be rejected without assigning any reason thereof. 4. The bid shall contain the full name, address, telephone no.(mobile no and landline), fax no. and ID, if any, of Bidder for facilitating communications including notices to be given to the Bidder in connection with the bid transaction. 5. The Bid forms and the Documents attached to it shall not be detached or removed one from the other and no alteration (s) or mutilation (s) (other than filling in all the blank spaces) shall be made in any of the Bid Documents attached thereto. Any alterations or changes to the entries in the attached documents shall be made by a separate covering letter, in the absence of which it shall be rejected. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 6. The Bid Security as specified in Section I should be paid along with the Bid Document during submission. Bids without the Bid Security shall be rejected. 7. The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the documents as secret and strictly confidential. 8. IDBI Bank reserves the right to adjust arithmetical or other errors in the bid, in the manner in which IDBI Bank considers appropriate or deem fit. Any adjustments so made by IDBI Bank shall be stated to the Bidder, if IDBI Bank makes an offer to accept his bid. The final decision as to any error manifest or otherwise shall be at the sole discretion of IDBI Bank and shall be final, conclusive and binding on the Bidder. 14

15 9. The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and IDBI Bank and supporting documents and printed literature shall be in English. 10. The Bidder shall submit their offers strictly in accordance with the terms and conditions of the Bid Documents. Any Bid, which stipulates conditions contrary to the terms and conditions given in the Bid Documents, shall be rejected. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 11. The Bidder cannot quote for the project in part. 12. IDBI Bank is not bound to accept the lowest or any bid and has the right to reject any bid without assigning any reason whatsoever. IDBI Bank also reserves the right to re-issue/re-commence the bid/bid process. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 13. The Bidder is expected to examine and follow all instructions, forms, terms & conditions, and scope of work in the Bid Document. Failure to furnish complete information in all respects required by the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder's risk and may result in the rejection of the Bid by IDBI Bank. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 14. The Bidder shall prepare the bid based on details provided in the Bid documents. 15. IDBI Bank reserves the sole right to itself for including any addendum to this entire bid process. The Bidders shall not claim as a right for requiring IDBI Bank to do the aforesaid. Clarification of Bid Document Any prospective Bidder requiring clarification of the Bid Document may notify IDBI Bank in writing at the mailing address indicated in Section I. All queries submitted will be discussed in the Pre Bid meeting. IDBI Bank s response / changes if any (including an explanation of the query but without identifying the source of inquiry) will be posted on IDBI Bank s website. Language of Bids The Bids prepared by the Bidder and all correspondence and documents relating to the bids exchanged by the Bidder and IDBI Bank, shall be written in the English language. Bid prices: 1. The Bidder shall indicate the total Bid Prices of the services, it proposes to provide under the Contract. 15

16 2. The prices quoted should be written both in figures and words. In case of any discrepancy, the price mentioned in words will be treated as correct and will be relied upon. 3. The total price quoted must be inclusive of cost of supply and providing services during the service period. The prices quoted will be inclusive of all applicable taxes including sales tax, VAT, duties, levies, charges, Road Permits/Entry Tax, Service tax, etc. Applicable taxes would be deducted at source, if any, as per prevailing rates. 4. The prices quoted should be valid for the period of 90 (ninety) days from the date of award of the contract or till the successful commissioning of the systems as mentioned in the acceptance certificate mentioned in Section III. 5. The prices quoted will be applicable for adhoc requests also, if any. 6. In the absence of above information a bid may be considered incomplete and summarily rejected. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 7. Bidder shall provide the Consultancy services strictly in accordance with the requirements detailed under the Scope of Work of the Bid document and it shall be the responsibility of the Bidder to fully meet all the requirements of the Bid document and to complete the Work duly operable and safe as per the best industry practice. Firm Prices Prices quoted must be firm and final and shall not be subject to any re-openers or upward modifications or adjustment, on any account whatsoever including exchange rate fluctuations, revision in taxes, duties, levies, charges etc. The Bid Prices shall be indicated in Indian Rupees (INR) only. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. Bidder Qualification 1. The "Bidder" as used in the Bid Documents shall mean the one who has signed the Bid Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in which case he/she shall submit a certificate of authority. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall, as far as possible, be furnished and signed by the Authorized Representative and the Principal Officer. 2. It is further clarified that the individual signing the Bid or other documents in connection with the bid must certify whether he/she signs as Constituted Attorney of the firm / company. 16

17 3. The Bidder shall sign the bid with the exact name of the firm to whom the contract is to be issued. The bid shall be duly signed and sealed by an executive officer of the Bidder s organization. Each bid shall be signed by a duly authorized officer. 4. The Bidder shall clearly indicate their legal constitution and the person signing the bid shall state his capacity and also source of his ability to bind the bidder. 5. The power or authorization, or any other document consisting of adequate proof of the ability of the signatory to bind the Bidder shall be annexed to the bid. IDBI Bank may reject outright any bid not supported by adequate proof of the signatory s authority. Period of Validity of Bids 1. Bids should be valid for 90 (ninety) days from the last date of submission. A bid valid for a shorter period may be rejected by IDBI Bank as non-responsive. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 2. In exceptional circumstances, IDBI Bank may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The validity of Bid Security provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request will not be permitted to modify its bid. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. Format and Signing of Bid 1. The Bidder shall submit Only One Original set of the bid. 2. The original bid shall be typed or written legibly. The original shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. 3. The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the authorised person or persons signing the bid. 4. The bid should be a complete document and should be bound as a volume. The document should be printed on one side only with page numbers and appropriately flagged and contain the list of contents with page numbers. The deficiency in documentation may result in the rejection of the Bid. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 5. Each page should be stamped and initialed by authorized signatory. 17

18 6. The Bidders shall seal and mark the Bid accordingly. 7. If the outer cover of the bid is not sealed and marked appropriately, IDBI Bank will assume no responsibility for the bid's misplacement or premature opening. Local Conditions 1. It will be imperative on each Bidder to fully acquaint himself with the local conditions and factors, which would have any effect on the performance of the contract and / or the cost. 2. The Bidder and any of their personnel or will be granted permission by IDBI Bank to enter upon its premises and lands for the purpose of such inspection, but only upon the express condition that the Bidder, their personnel and agents/ subcontractors shall be responsible for personal injury (whether fatal or otherwise), loss of or damage to life, property and other loss damage, costs and expenses. 3. It will be imperative for each Bidder to fully inform themselves of all legal conditions and factors which may have any effect on the execution of the contract as described in the Bid Documents. IDBI Bank shall not entertain any request for clarification from the bidder regarding such local conditions. 4. It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the Bid Documents will be entertained by IDBI Bank and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by IDBI Bank on account of failure of the bidder to appraise themselves of local laws / conditions. Last Date for Receipt of Bids 1. Bids will be received by IDBI Bank on the date and at the address specified under Section I. 2. In the event of the specified date for the receipt of Bids being declared a holiday for IDBI Bank, the Bids will be received upto the appointed time on the next working day. Late Bids Any bid received by IDBI Bank after the last date for receipt of bids prescribed by IDBI Bank, will be rejected and/or returned unopened to the Bidder. IDBI Bank shall not be responsible for any postal delay or non-receipt / non-delivery of the documents. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. No further correspondence on this subject will be entertained by IDBI Bank. 18

19 Modification and Withdrawal of Bids 1. The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice of the modification or withdrawal is received by IDBI Bank prior to the last date prescribed for submission of bids. 2. The Bidder should submit its modified bid in wholesome as a replacement of its previous bid. 3. The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of this document. 4. No bid may be modified subsequent to the last date for receipt of bids. 5. No bid may be withdrawn in the intervening period between the last date for receipt of bids and the expiry of the bid validity period specified by the Bidder in the Bid. Withdrawal of a bid during this period may result in the Bidder s forfeiture of its Bid Security. Address for Correspondence The Bidder shall designate the official mailing address, place and fax number to which all correspondence shall be sent by Bank. Opening of Bids 1. On the basis of information furnished in the Technical Bid, Bidders will be qualified and shortlisted. The bids of Bidders, who do not qualify at this stage, will not be taken up for further evaluation. 2. Only technically qualified (shortlisted) Bidders will be allowed to participate in financial bid. 3. The Bidders' names, modifications, bid withdrawals and the presence or absence of the requisite Bid Security and such other details as IDBI Bank, at its discretion, may consider appropriate or deem fit will be announced at the bid opening. Clarifications When deemed necessary, IDBI Bank may seek clarifications on any aspect from the Bidder. However, that would not entitle the Bidder to change or cause any change in the substance of the bid submitted or price quoted. The request for clarification and the response shall be in writing. If the response to the clarification is not received within [] days from the date of such a request, IDBI Bank reserves the right to make its own reasonable assumptions at the total risk and cost of the Bidder. 19

20 Preliminary Examination 1. IDBI Bank will examine the bids to determine whether they are complete, whether any computational/arithmetical errors have been made, whether required Bid Security has been furnished, whether the Bid Documents have been properly signed, and whether the bids are generally in order. 2. If the Bidder does not accept the correction of the errors, its bid will be rejected. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. If there is a discrepancy between words and figures, the amount in words will prevail. 3. A bid determined as not substantially responsive will be rejected by IDBI Bank and may not subsequently be made responsive by the Bidder by correction of the nonconformity. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 4. IDBI Bank may waive any minor informality or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of any Bidder. Contacting IDBI Bank 1. No Bidder shall contact IDBI Bank on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 2. Any effort by a Bidder to influence IDBI Bank's bid evaluation, bid comparison or contract award decisions may result in the rejection of the bid. Post Qualification 1. IDBI Bank will determine to its satisfaction whether the Bidder selected as having submitted the best-evaluated responsive bid is qualified to satisfactorily perform the Contract. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 2. This determination will take into account the Bidder's financial, technical, implementation and post-implementation capabilities and track record. It will be based upon an examination of the documentary evidence submitted by the Bidder. 3. An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A negative determination will result in rejection of the bid, in which event; IDBI Bank will proceed to the next best-evaluated bid to make a similar determination of that Bidder's capabilities to perform satisfactorily. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 20

21 Bid Evaluation Criteria (BEC) 1. To meet IDBI Bank's requirements, as spelt out in the Bid Document, the selected Bidder must have the requisite experience and expertise in providing services in the field of Information and Communication Technology, the technical knowhow, and the financial wherewithal that would be required to successfully set-up the required infrastructure and provide the services sought by IDBI Bank. 2. IDBI Bank reserves the right to modify / amend the evaluation process at any time during the Bid process, without assigning any reason, whatsoever, and without any requirement of intimating the Bidders of any such change. Any time during the process of evaluation IDBI Bank may seek specific clarifications from any or all Bidders. Financial Bidding Process In this phase, Financial bids will be opened of the shortlisted Bidders who are technically qualified. The date and time would be provided to the shortlisted Bidders separately. The successful bidder will be decided based on Highest score = T1 x L1. Methodology has been provided below in the document. The overall evaluation methodology will be as follows Evaluation and comparison of Bids a) General Terms i. A screening committee constituted by IDBI Bank for the purpose of selection of the successful Bidder, would evaluate Bids. ii. The proposals will be evaluated in three stages. a. Preliminary check b. Technical Evaluation c. Commercial Evaluation iii. Each Bidder acknowledges and accepts that IDBI Bank may, in its absolute discretion, apply whatever criteria it deems appropriate in the selection of the successful bidder, not limited to those selection criteria set out in this RFP document. iv. The RFP document will not be construed as any contract or arrangement which may result from the issue of this RFP document or any investigation or review carried out by any Bidder. The Bidder acknowledges by submitting their response to this RFP document that it has not relied on any information, representation, or warranty given in this RFP document. 21

22 b) Preliminary check i. The Bids will be examined by IDBI Bank to determine whether they are complete in all respects and fulfil all the eligibility criteria set out in the RFP. A bid which is found incomplete or not fulfilling any of the eligibility critera will be summarily rejected and will not be considered for Technical Evaluation. ii. A Bid determined as not substantially responsive will be rejected. IDBI Bank may, at its discretion waive any minor non-conformity or irregularity in a Bid which does not constitute a material deviation. iii. After preliminary examinations and / or opening of the Technical Bids, some or all of the Bidders may be asked to make presentation /demo of the solution/services offered by them. c) Technical Evaluation: The Technical Bid should necessarily contain all Technical details and other terms and condition of RFP eg: i. Bidder's proposal should conform to the contents and format of the technical bid listed out Annexure - [] in the RFP ii. Proposals not conforming to the specifications may be rejected summarily. Any incomplete or ambiguous terms/conditions will disqualify the offer. The Technical Bid / Scope of the Work submitted by the Bidder will be evaluated based on the terms and conditions of the RFP. Detailed technical evaluation will include, scrutiny of company profile and technical information submitted as per format, relevant past experience, proposed project management methodology, demonstration of proposed methodology etc. The Bidder may highlight the noteworthy/superior features of their services. The Bidder will demonstrate/substantiate all or a few of the claims made in the Technical Bid to the satisfaction of IDBI Bank. The Bidder should use their own tools/utilities to demonstrate the features laid in the RFP/evaluation criteria. The various parameters for technical evaluation and are given in the table below. At the sole discretion and determination of IDBI Bank, IDBI Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP 22

23 Criteria Evaluation Parameters Max Marks Scoring Methodology Credentials Should have provided or providing end to end consultancy services comprising of strategy, support and project Management of COBIT implementation marks if the criteria are met for implementation of COBIT for at least 1 Commercial bank in India or aboard. 40 marks if the criteria are met for implementation of COBIT for at least 1 organisation in BFSI sector in India or aboard. 30 marks if the criteria are met for implementation of other IT Governance Frameworks (such as ValIT/ITIL/COSO/ISO 27001/ISO20000) for at least 1 organisation in BFSI sector in India or aboard. 20 marks if the implementation is in progress for COBIT in any organization in BFSI sector in India or aboard. 10 marks if implementation is in progress for other IT Governance/ Strategy consultancy (such as Designing and Implementation of Policies & Procedures, revamping Organisation Structure) in any organization in BFSI sector in India or aboard. 23

24 Criteria Evaluation Parameters Max Marks Scoring Methodology Turnover Annual turnover from Indian operations of the bidder should be at least Rs. 10 Crores for last 3 Financial Years viz , , marks if the said turnover is at least Rs. 100 Crores for last 3 Financial Years viz , , marks if the said turnover is at least Rs. 10 Crores for last 3 Financial Years viz , , Profitability Out of last three years minimum two years profit. The bidder should be net profit making company/ firm (from Indian Operations) as per last 3 years audited financials (i.e. FY , & ) marks if the bidder has made net profit in all 3 years as per last 3 years audited financials (i.e. FY , & ). 5 marks if the bidder has made net profit in at least 2 years as per last 3 years audited financials (i.e. FY , & ) 24

25 Criteria Evaluation Parameters Max Marks Scoring Methodology People Approach and Methodology Bidder should have at least ten certified professionals having COBIT/CISA/CISM/PMP/PR INCE2/ITIL or equivalent. Minimum 2 of the above Certifications for Project Manager Minimum 1 of the above Certifications for Team member Demonstration of in-depth understanding of the project requirements through the technical proposal supplemented by Presentation & interactions using case studies preferably relevant to the banking scenarios alongwith the implementation marks if the bidder has minimum 10 professionals holding certifications of COBIT/ CISA/CISM. 10 marks if the bidder has minimum 5 professionals holding other certifications such as COBIT /CISA/CISM. 5 marks if the bidder has minimum 5 professionals holding other certifications such as PMP/PRINCE2/ITIL/ ISO 27001/ CISA passed without certification. The resources being considered above for the purpose of scoring should have relevant experience in implementation of frameworks such as ValIT/ITIL/COSO/ISO 27001/ISO The Proposed Team to be deployed on the Project should comprise only such above mentioned resources. 15 Subjective Evaluation 25

26 Criteria Evaluation Parameters Max Marks Scoring Methodology methodologies Total Marks 100 Total score out of hundred Bidders scoring less than 60 marks in the above evaluation table will get rejected and will not be considered for further evaluation. The Selected Vendor is required to provide documentary evidence for each of the above criteria like P.O., Authorisation from client, Acceptance letter, self certificates etc. d) Commercial Evaluation The evaluation of the response to this RFP will be done on a Techno-commercial Evaluation method. This evaluation will be conducted only for Bidders scoring 60 marks or above in the technical evaluation. A comprehensive Score (S) will be arrived at after considering the commercial quote and the marks obtained by the eligible bidders in technical evaluation with relative weights of 30% for commercials and 70% for technical. The Bidder with the highest score will be declared successful. However, IDBI Bank, at its sole discretion, may award the Contract to next highest scorer or any other Bidder, which shall not be questioned by any of the Bidder. Computation Methodology for arriving at successful Quote : A Score (S) will be calculated for all qualified bidders using the following formula: Commercial score (CS) = C low X 30 C Technical score (TS) = T X 0.7 Final score (S) = CS + TS 26

27 C low C T - The lowest commercial bid. - Commercial quote of the bidder. - The marks obtained by the bidder as per the technical evaluation. S. N Bidder Technical Score - (T) Commercial Quote in Rs. (C) CS =(C low / C)*30 TS = T *.70 Score(S) 1. Bidder / Bidder / Bidder / Bidder / In the above example, Bidder2, with the highest score becomes the successful TC1 bidder. IDBI Bank reserves the right to negotiate the price with the finally successful bidder before awarding the contract. e) IDBI Bank's decision in respect to evaluation methodology will be final and binding and no claims whatsoever in this respect will be entertained. f) IDBI Bank also reserves the right to re-issue / re-commence / cancel the Bid/Bid process. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidders IDBI Bank's Right to Accept Any Bid and to Reject Any or All Bids IDBI Bank reserves the right to accept / reject any bid and to annul the Bid process at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for IDBI Bank's action. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. Acceptance of Bid Prior to the expiration of the period of bid validity, IDBI Bank will notify the successful Bidder in writing, that its bid has been accepted. 27

28 Signing of Contract 1. After IDBI Bank notifies the successful Bidder that its bid has been accepted; the Bidder should sign the Agreement / Contract Form. The Agreement/ Contract form would be signed in Mumbai only. (given in Section V). 2. The successful Bidder shall sign the Agreement / Contract Form at Mumbai within 30 days of receipt of notification of award of contract. Performance Security / Bank Guarantee 1. The successful Bidder shall furnish the performance Bank guarantee within 30 (thirty) days of the receipt of acceptance by IDBI Bank, as per the format in Section V. 2. The value of the performance bank guarantee will be 15 % of the total contract value. 3. The performance security shall be denominated in Indian Rupees and shall be in one of the following forms: i. A Bank Guarantee issued by a scheduled commercial bank and directly forwarded by the issuing Bank to IDBI Bank Ltd. OR ii. A banker's cheque / demand draft, issued by a scheduled commercial bank. 4. The proceeds of the performance security shall be payable to IDBI Bank as compensation for any loss or damage resulting from the Bidder's failure to complete its obligations under and in accordance with the Contract. 5. The performance bank guarantee should be valid for a period of contract period + 6 months claim period from the date of expiry of the Contract period i.e. 1½ years from the date of signing of the contract and the claim period should be for 6 months or 180 days. 6. Failure of the successful Bidder to comply with the requirement of the performance bank guarantee shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security, in which event IDBI Bank may award the Contract to the next best evaluated Bidder or call for new bids. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidder. 28

29 7. The performance security will be discharged by IDBI Bank and returned to the successful Bidder after 180 (one eighty) days after the service period of 1 year from the date mentioned in acceptance certificate of the last rolled-out branch. 29

30 Definitions Section III In this Contract, the following terms shall have the following meanings and shall be interpreted accordingly: 1. "The Contract" means the agreement entered into between IDBI Bank and the Bidder as recorded in the contract form duly signed by the Parties, including all annexure, schedules, exhibits, supplements, appendices, amendments, revisions, notations and modifications thereof for Consultant for Implementation of IT Governance Framework based on COBIT 5, as inclusively stated under sections Service Level Expectations. 2. Bidder" or "Contractor means any person / persons / firm / company, etc., to whom work has been awarded and whose Bid has been accepted by IDBI Bank and shall include its authorized representatives, successors and permitted assignees. 3. IDBI Bank means "IDBI Bank Ltd" including its successors and assigns. 4. "The Contract Price" means the price/compensation payable to the Bidder under and in accordance with the Contract for the due performance and observance of its contractual obligations under and in accordance with the Contract. 5. "Service(s)" means all the services, which the Bidder is required to provide and/or procure to IDBI Bank under and in accordance with the Contract. 6. Service Period means the period of required to complete the project on mutual agreeable terms. 7. Acceptance of Bid means the letter/fax or any memorandum communicating to the Bidder the acceptance of his Bid and includes an advance acceptance of his Bid. 8. Business Day means any day that is not a Sunday or a public holiday (as per the official holidays observed by IDBI Bank Ltd). 9. "Confidential Information" means, (i) intellectual property information including Intellectual Property Information; (ii) technical or business information or material not covered in (i); (iii) proprietary or internal information related to the current, future and proposed products or services of the Parties including, financial information, process/flow charts, business models, designs, drawings, data information related to products and services, procurement requirements, purchasing, customers, investors, employees, business and contractual relationships, business forecasts, business plans and strategies, information the Parties provide regarding third parties; (iv) information disclosed pursuant to this Contract and (v) all such other information which by its nature or the circumstances of its disclosure is confidential. 30

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement of the current Information Technology IDBI Bank Limited. 22 July2014 1 TABLE OF CONTENTS SL # CONTENT PAGE # 1 Table of Contents 2 2 Document Control Sheet & Disclaimer 4 3 Section - I Background 6 4 Guidelines

More information

For Network & Telecom Managed Services

For Network & Telecom Managed Services Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/2015-16/013 29 - July - 2015 For Network & Telecom Managed Services For IDBI Bank RFP No: IDBI / PCell / RFP/ 2015-16 / 013 / 29 July 2015 Page 1 of 88

More information

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016 Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT for IDBI Asset Ltd. RFP No: IDBI AML/HR/RFP/2016 17/001 Date: 12/05/2016 Page 1 of 64 I TABLE OF CONTENTS

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT. For IDBI Bank

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT. For IDBI Bank REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT For IDBI Bank RFP No. : IDBI/PCell/RFP/2016-17/021 Date : 18-February-2017 RFP No: IDBI/PCell/RFP/2016-17/021

More information

FOR IDBI BANK BRANCHES. Page 1 of 89

FOR IDBI BANK BRANCHES. Page 1 of 89 Page 1 of 89 TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 7 Disclaimer... 8 Section 1... 9 1. Background... 9 2. Guidelines for Bidders... 9 3. Bid Security (EMD)... 9 4. Due Diligence...

More information

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card Request for Proposal (RFP) For Engagement of Consultant for IDBI Bank Credit Card Tender Notice IDBI Bank Limited invites sealed offers from established consultant for preparation & review of processes,

More information

REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED

REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED RFP No.: IDBI/PCell/RFP/2016-17/022 Date: 01 st March 2017 RFP No: IDBI/PCell/RFP/2016-17/022

More information

Request for Proposal (RFP) For. Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards

Request for Proposal (RFP) For. Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards Request for Proposal (RFP) For Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards Contents 1. Document Control Sheet... 2 2. Disclaimer... 3 3. Abbreviations... 4 4. Introduction...

More information

RFP FOR PROCURMENT OF KIOSK EQUIPMENTS FOR e-lounge

RFP FOR PROCURMENT OF KIOSK EQUIPMENTS FOR e-lounge IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 1 of 101 Table of Contents Table of Contents... 2 Document Control Sheet... 6 Disclaimer... 7 SECTION 1... 8 1. Background... 8 2. Guidelines for

More information

Request for Proposal (RFP) RFP No: IDBI/Training/RFP/ /1. For Empanelment of E-Learning Content Developers. For IDBI Bank

Request for Proposal (RFP) RFP No: IDBI/Training/RFP/ /1. For Empanelment of E-Learning Content Developers. For IDBI Bank Request for Proposal (RFP) RFP No: IDBI/Training/RFP/2016-17/1 For Empanelment of E-Learning Content Developers For IDBI Bank Page 1 of 80 TABLE OF CONTENTS Table of Contents Page No. Document Control

More information

IDBI Bank Limited RFP FOR PROCUREMENT OF BULK SERVICES. IDBI /PCELL/ RFP/ /018 dated 07 Feb 2017 Page 1 of 78

IDBI Bank Limited RFP FOR PROCUREMENT OF BULK  SERVICES. IDBI /PCELL/ RFP/ /018 dated 07 Feb 2017 Page 1 of 78 IDBI /PCELL/ RFP/2016-17 /018 dated 07 Feb 2017 Page 1 of 78 TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 6 Disclaimer... 7 Section 1... 8 1. Background... 8 2. Purpose of this RFP...

More information

Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD

Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) & FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD RFP No: IDBI/PCell /RFP/2015-16/23 Date: 11 th January 2016 RFP No: IDBI/PCell/RFP/2015-16/23

More information

Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable)

Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable) Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable) It can be paid through pay order/demand draft drawn in favour of IDBI Bank Ltd payable at Mumbai RFP/BID DOCUMENT FOR PROVIDING

More information

Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank. RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017

Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank. RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017 Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017 RFP No. IDBI/PCell/RFP/16-17/027 Dated: 29 th Mar 2017 Page 1 of 76 TABLE OF

More information

IDBI Bank Limited RFP FOR APPOINTMENT OF VENDOR FOR ELECTRICAL SERVICES SUPPORT AT IDBI INFONET PUNE

IDBI Bank Limited RFP FOR APPOINTMENT OF VENDOR FOR ELECTRICAL SERVICES SUPPORT AT IDBI INFONET PUNE IDBI/PCELL/ RFP/2017-18/003 dated 22-May-2017 Page 1 of 65 TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 5 Disclaimer... 6 Section 1... 7 1. Background... 7 2. Purpose of this RFP...

More information

Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/ /012

Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/ /012 Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/2015-16/012 For Procurement of 1000 nos. of CTS Compliant Cheque scanners (100 DPM) For IDBI Bank Date: 29-July-2015 RFP No: IDBI/PCell/RFP/2015-16/012

More information

Request for Proposal (RFP) for. Procurement of UPS systems for IDBI Bank branches

Request for Proposal (RFP) for. Procurement of UPS systems for IDBI Bank branches Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank branches RFP No. IDBI/PCELL/RFP/17-18/038 Dated 01-Mar-2018 RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 1 of 64 TABLE

More information

REQUEST FOR PROPOSAL For Food Plaza for Leasing

REQUEST FOR PROPOSAL For Food Plaza for Leasing REQUEST FOR PROPOSAL For Food Plaza for Leasing At Khadgara Bus Stand, Ranchi, Jharkhand Ranchi Municipal Corporation Ranchi, Jharkhand 1 Disclaimer The information contained in this Request for Proposal

More information

Request for Proposal For Engagement of Consultant for Assessment & Development Center

Request for Proposal For Engagement of Consultant for Assessment & Development Center RFP : Engagement of Consultant for Assessment & Development Center Request for Proposal For Engagement of Consultant for Assessment & Development Center [September 25, 2014] Name of the Company RFP Reference

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

CHEMELIL SUGAR COMPANY LIMITED

CHEMELIL SUGAR COMPANY LIMITED CHEMELIL SUGAR COMPANY LIMITED Tender Document For Disposal of scrap metal FOR THE YEAR 2009/2010 Tender No. CSCL/T2009-2010/11 Table of Contents Page Section A INVITATION FOR TENDER 2 Section B GENERAL

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

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/ Serial No. REPUBLIC OF KENYA MINISTRY OF HEALTH P.O. BOX 30016-00100, NAIROBI TENDER No. MOH/ONT/001/2017-2018 PROVISION OF HOTEL ACCOMMODATION, CONFERENCE FACILITIES AND BANQUETING TABLE OF CONTENTS Page

More information

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NAME: PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NUMBER: PODCPF/TENDER/1/2013 SECRETARIAT OFFICE,

More information

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 (ELIGIBLE TO UNDERWRITERS ONLY) CLOSING DATE: 7 TH MARCH AT 12.00 NOON Table

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

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

Republic of Uganda. Bidding Document for Framework Contracts for Supplies Republic of Uganda Bidding Document for Framework Contracts for Supplies Subject of Procurement: Supply of Electrical [Lot 1] and Plumbing Materials [Lot 2] Under Framework Contract Procurement Reference

More information

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR

More information

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/ TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/2015 2016 11 TH FLOOR, NATIONAL BANK BUILDING, HARAMBEE AVENUE P.O. BOX 58535-00100 TEL: +254 02 3244000 FAX: +254 02 3244277/377

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

Tender notice Printing of Wall Calendars for the year 2015

Tender notice Printing of Wall Calendars for the year 2015 IDBI Bank Ltd Regd. Off. IDBI Tower, WTC Complex, Cuffe Parade, Mumbai 400 005 Tender notice Printing of Wall Calendars for the year 2015 IDBI Bank Ltd. invites sealed tenders from well established and

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

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

Section I: Instruction to Offerors

Section I: Instruction to Offerors Section I: Instruction to Offerors 1. SCOPE OF PROPOSAL Offerors are invited to submit a Proposal for the services/goods specified in Section II: Schedule of Requirements, in accordance with this RFP.

More information

2013 REQUEST FOR PROPOSAL

2013 REQUEST FOR PROPOSAL 2013 REQUEST FOR PROPOSAL SELECTION OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT Bihar Urban Infrastructure Development Corporation Limited (A Government of Bihar Undertaking) #303, 3rd Floor, Maurya

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

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

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

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017 COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/2017-2018 september, 2017 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS

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

NATIONAL BIOSAFETY AUTHORITY

NATIONAL BIOSAFETY AUTHORITY NATIONAL BIOSAFETY AUTHORITY RESTRICTED TENDER FOR PROVISION OF CONSULTANCY SERVICES FOR RECRUITMENT OF CHIEF EXECUTIVE OFFICER TENDER NO NBA/RE/01/2017/2018 NATIONAL BIOSAFETY AUTHORITY LOCATED AT COMMISSION

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

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

RFP for Appointment of Service Provider for TDS Reconciliation and Related Activities

RFP for Appointment of Service Provider for TDS Reconciliation and Related Activities Request for Proposal (RFP) Appointment of Service Provider for TDS Reconciliation and Related ) FOR IDBI BANK LIMITED Page 1 of 96 Table of Contents Sl. No. Description Page No. 1 Request For Proposal

More information

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PROCUREMENT OF INSURANCE SERVICES FOR THE HUDUMA KENYA STAFF TENDER NO.MPYG/HKS/T13/2017-2018

More information

CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES

CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. CEMASTEA/AIRTICKET/24/2017/18 Karen-Bogani road Junction

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

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES TABLE OF CONTENTS Page INTRODUCTION. 3 SECTION I INVITATION TO TENDER. 4 SECTION II INSTRUCTIONS TO TENDERERS.. 5 APPENDIX TO INSTITUTIONS TO TENDER.

More information

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS)

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS) REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS) TENDER NO. GMC/24/2017 2018/2018-2019 CLOSING 29 TH NOVEMBER,

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

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT SUPPLY AND DELIVERY OF LARGE ROUND MOSQUITO NETS REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT TENDER NO: MC/138 /2015-2016 TENDER DESCRIPTION: SUPPLY AND DELIVERY OF LARGE,ROUND MOSQUITO NETS CLOSING/ OPENING

More information

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION TENDER NO.SRC /CS/06/ 2017-2018: FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION RESERVED FOR AGPO (YOUTH, WOMEN AND PERSONS WITH DISABILITIES)

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

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

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

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

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ & REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/2014-2015 & 2015-2016 SUPPLY & DELIVERY OF CEMENT GOVERNMENT OF MACHAKOS COUNTY P.O. BOX 1996-90100

More information

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY REPUBLIC OF KENYA OFFICE OF THE GOVERNOR VIHIGACOUNTY TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY ROAD NAME.. WARD.. ROAD LENGTH TENDER No PREPARED BY: County Engineer Vihiga County

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

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) BIDDING DOCUMENT for Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) 1. SUPPLY OF SINGLE PHASE PRE-PAID

More information

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY TENDER NO. UGCA/T/016/2017/2018 FOR PROVISION OF GPA/WIBA INSURANCE SERVICES UASIN GISHU COUNTY ASSEMBLY P.O. Box 100-30100 ELDORET Tel: (053) 2062077 (053)

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

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY P.O. Box 100-30100 ELDORET. TENDER DOCUMENT FOR PROVISION OF INSURANCE SERVICES. TENDER NO.UGCA /T/007/2017/2018 Tel: (053) 2062077 (053) 2033507 Email:ugcountyassembly@gmail.com

More information

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES P. O. Box 713 01100 KAJIADO, KENYA TEL: 0703 969000, 0739 969000 Website: www.umma.ac.ke TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES TABLE OF CONTENTS PAGE SECTION I SECTION

More information

Request for Proposal (RFP) for Procurement of CTS Compliant Cheque scanners (100 DPM) for IDBI Bank

Request for Proposal (RFP) for Procurement of CTS Compliant Cheque scanners (100 DPM) for IDBI Bank Request for Proposal (RFP) for Procurement of CTS Compliant Cheque scanners (100 DPM) for IDBI Bank RFP No: IDBI/PCell/RFP/2017-18/032 Date: 16-Feb-2018 RFP No: IDBI/PCell/RFP/2017-18/032 dt. 16-Feb-2018

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

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS TUK/06/2018/2019 ALL TENDERERS ARE ADVISED TO READ CAREFULLY

More information

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [PLOT NO.1, SECTOR-7, DRONAGIRI NODE, NAVI MUMBAI-400707 Phone No 2724 0466 /2724 2988, Fax No. 2724 2943 E-mail: bhattacharya.durjay@balmerlawrie.net]

More information

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: info@centralbank.go.ke TENDER FOR PROCUREMENT OF E-LEARNING

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

DISTRIBUTION OF ELECTRICITY

DISTRIBUTION OF ELECTRICITY Planning Commission REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF LEGAL ADVISER FOR DISTRIBUTION OF ELECTRICITY RFP for Legal Consultant: PPP in Power Distribution iii Request for Proposal DISCLAIMER The

More information

GDC/PM/OT/025/

GDC/PM/OT/025/ GEOTHERMAL DEVELOPMENT COMPANY LTD P.O. Box 100746 00101 NAIROBI, KENYA Tel: 0719715777/8, 0733602260 Website: www.gdc.co.ke TENDER FOR PROVISION OF LOCAL AND INTERNATIONAL COURIER SERVICES GDC/PM/OT/025/2015-2016

More information

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [PLOT NO.1, SECTOR-7, DRONAGIRI NODE, NAVI MUMBAI-400707 Phone No 2724 0466 /2724 2988, Fax No. 2724 2943 E-mail: [koli.ka@balmerlawrie.com] TENDER NO:

More information

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comms@centralbank.go.ke TENDER FOR PROCUREMENT OF FRESH

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

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

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

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED Name of the Tender: Empanelment of Fire Fighting System Contractors General Information UTI Infrastructure Technology And Services Limited (UTIITSL) advertises

More information

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze) us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze) National Fertilizers Limited (A Government of India Undertaking) xksgkuk jksm] ikuhir] gfj;k.kk 132 106 Gohana Road, Panipat, Haryana 132 106 (ISO-9001,

More information

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO NATIONAL OIL CORPORATION OF KENYA TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS Framework contract AGPO TENDER NO. NOCK/PRC/03/ (1380)2017-2018 NATIONAL OIL CORPORATION KAWI HOUSE, SOUTH C, RED CROSS

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

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall] BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [PLOT NO.1, SECTOR-7, DRONAGIRI NODE, NAVI MUMBAI-400707 Phone No 2724 0466 /2724 2988, Fax No. 2724 2943 E-mail: bhattacharya.durjay@balmerlawrie.net]

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 SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/ BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comm@centralbank.go.ke TENDER DOCUMENT SUPPLY, INSTALLATION

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

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 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

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta Request for Proposal Physical Security Professional Review ASIS Chapter 162 - Calgary / Southern Alberta August 2013 Table of Contents 1. Project Scope... 4 1.1 Introduction... 4 1.2 Purpose... 4 1.3 Project

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

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

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software NATIONAL INSTITUTE OF TECHNOLOGY, WARANGAL 506 004 TELENGANA (INDIA) Tender Notice No. NITW/CS-4/2018-19/ Date: 22-10-2018 INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION. KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-050-2018 TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION. (Reserved for Persons Living with Disabilities) Kenya Electricity

More information

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018 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

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

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document : 2 GOVERNMENT OF ORISSA DISTRICT ELECTION OFFICE, MALKANGIRI TENDER DOCUMENT For providing Services of Data Entry Operators to the District Election Office, Collectorate, Malkangiri-764048 by a Private

More information

Petroleum Planning & Analysis Cell (PPAC)

Petroleum Planning & Analysis Cell (PPAC) Petroleum Planning & Analysis Cell (PPAC) (Ministry of Petroleum & Natural Gas, Government of India) 2 nd Floor, Core-8, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi - 110003 NAME OF WORK:

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