Bharat Sanchar Nigam Ltd.

Size: px
Start display at page:

Download "Bharat Sanchar Nigam Ltd."

Transcription

1 E-tender for telephone bill printing for SSAs under Zonal GM Jabalpur Bharat Sanchar Nigam Ltd. (A Govt. of India Enterprise) OFFICE OF THE ZONAL GENERAL MANAGER, NEW CTO COMPOUND, JABALPUR M.P. Document No: - BID DOCUMENT E-Tender for Supply of Multi coloured pre-printed Telephone Bill Stationery and Printing of (with single color) Telephones bills (Landline & Mobile) for the SSAs under Zonal GM Jabalpur NIT No: - T-05/Zone JBP/Tender/Telephone Bill Print/ dated 18/05/2016 DATE OF OPENING: 08/06/2016 IMPORTANT All the bidders will be given a chance, to get their doubts or short coming noted by them in bid document clarified during pre-bid meeting on the Monday immediately preceding the date of opening of the tender at pm in the Planning cell, O/o Zonal GM Jabalpur, at New CTO Compound, Near High Court, Jabalpur. No complaint regarding bid document contents will be entertained after opening of the tender. For any clarification in this regards contact AGM (CFA) O/o Zonal GM Jabalpur Tele. No Cost of form: 500/ + 25/ (VAT) = Rs 525/ (Please see Corrigendum, if any, before submission of Tender Form) Signature of Tenderer with seal 1

2 E-tender for telephone bill printing for SSAs under Zonal GM Jabalpur SECTION-I Bharat Sanchar Nigam Ltd. (A Govt. of India Enterprise) O/o the Zonal General Manager Jabalpur, New CTO Compound, Jabalpur. NOTICE INVITING TENDER Tender No.: T-05/Zone JBP/Tender/Telephone Bill Print/ dated 18/05/2016 On behalf of Bharat Sanchar Nigam Limited, E-Tender for Supply of Multi coloured preprinted Telephone Bill Stationery and Printing of (with single color) Telephones bills (Landline & Mobile) for the SSAs under Zonal GM Jabalpur are invited from prospective Service Providers Schedule to the invitation of Tender 1) Designation and address of the authority : - Zonal General Manager, Jabalpur Inviting tender 2) Tender No. : - T-05/Zone JBP/Tender/Telephone Bill Print/ ) Time and start date of issue of Bid : Hrs of 18/05/2016 onwards Document 4) Time and last date of issue of Bid : - Upto Hrs. of 08/06/2016 Document 5) Time and Date of Depositing tender/bid : - Upto Hrs. of 08/06/2016 6) Time and date of Opening of Tender : - (Techno-Commercial Bid) at Hrs. of 08/06/2016 7) Minimum Validity of Tender offer : days from the date of opening. 8) Type and nature of work required : - Telephone Bill Printing work 9) Duration of contract : -Two Year from the date of agreement, extendable up to further six months on discretion of competent authority. 10) Estimated Tender Cost : Lakhs (Rs. Thirty Two Lakh Fifty Thousand Only) Note 1: - BSNL reserves the right to decrease or increase the work by up to +/ -25% of the total quantum of work specified in the schedule of requirements without any change in the rates or other terms and conditions. Purchase of Tender Document: a) Tender document can be obtained by downloading it from the website followed by "Link for E-tenders". The official copy of tender document for participating in E- tender shall be available for downloading from from 18/05/2016, Hrs onwards. b) The cost of tender document is Rs. 525/- (Including VAT) Non-refundable, payable in Cash or DD/Bankers Cheque drawn in favour of AO (Claim), BSNL, O/o Zonal GM Jabalpur from any Nationalised/Schedule Bank at Jabalpur and it should be enclosed in the envelope containing BID Security. c) Tender document can also be had from AGM (CFA), O/o Zonal GM Jabalpur on payment of Rs. Rs. 525/- (Including VAT) Non-refundable by Cash or DD/Bankers Cheque drawn in favour of Account Officer (Claim), BSNL, O/o Zonal GM Jabalpur from any Schedule/Nationalised Bank at Jabalpur on specified time and date. d) Bidder shall have to deposit Rs /- (Rs. Eighty One Thousand Two Hundred Fifty Only) as Bid Security/EMD in the form of FDR/BG/Bankers cheque/dd drawn in favour of Account Officer (Claim), BSNL, O/o Zonal GM Jabalpur. Availability of Tender Document: a) The tender document shall be available for downloading from Hrs. of 18/05/2016 onwards up to Hrs. of 08/06/2016. Signature of Tenderer with seal 2

3 E-tender for telephone bill printing for SSAs under Zonal GM Jabalpur b) The bidding process will be accepted only through E-Tendering platform. c) Once the bidder has submit his bid through E-Tender, it will be presumed that bidder has understand & accepted all the terms and condition of the tender and no correspondence at later stage will be entertained in this matters. TERMS AND CONDITIONS OF THE TENDER: 1. The Bid Security/EMD must be deposited in the form of BG/FDR/DD/Banker Cheque in favour of Accounts Officer (Claim), BSNL, O/o ZONAL GM Jabalpur issued by any Nationalised/Schedule Bank at Jabalpur. The EMD/Bid Security BG/FDR/DD/Banker Cheque should be enclosed in the envelope marked as Bid Security/EMD. 2. A separate Cash Receipt/Bankers Cheque/DD for cost of tender form for the tender document downloaded from website should also be placed in Bid Security/EMD envelope. 3. The bid without tender form cost & EMD will be rejected. Payment of tender form cost & EMD through cheque will not be accepted. If form cost & EMD are not enclosed in envelope marked as BID Security & EMD, the tender will not be considered. 4. The tender document & all other documents establishing bidder s eligibility & qualifications will be enclosed in second envelope marked as Qualifying Bid. 5. Schedule of Rates will be filled by the bidder by online only. 6. The three envelopes containing (i) EMD/Bid Security & cost of bid document if downloaded from website. (ii) Qualifying Bid should be properly sealed. (iii) Both the above envelopes should be placed inside a main cover marked as Techno- Commercial envelope & that should also be sealed properly. 7. During the entire evaluation process, if observed that the downloaded document is not exactly as per the original Tender Document and /or it is tampered/changed/altered/ modified in anyway, the bid will summarily rejected. ELIGIBILITY CONDITIONS: 1. Self attested copy of valid firm registration. In case of proprietorship registration with Nagar Nigam/ Local authority is required. In case of Partnership firm, firm should be registered with registrar of firms. In case of Public/Pvt. Ltd. Company, the company should be registered with Registrar of Company. 2. Turn over Certificate:- The bidder should have the financial capability to carry out the work. The bidder should have average annual financial turnover during the last 3 years, ending 31 st March of the previous financial year, should be at least 30% of the estimated tender cost by the Chartered Accountant. 3. The bidder must have experience of heavy duty printer solution of Telephone/Mobile bills of BSNL or any reputed public or private sector, organization with volume of printing at least Lac for at least any one year during last three financial years ( , & ) Experience certificate regarding the same from at least Class-I Officer / STS or equivalent officer of Govt. or public sector organization/manager rank officer of private sector organization is Similar work means Supply of Multi coloured pre-printed Telephone Bill Stationery and Printing of (with single color) Telephones bills (Landline & Mobile) 4. separate Cash Receipt/Bankers Cheque/DD is to be enclosed for cost of tender document if downloaded from the website. 5. Bid Security in accordance with the terms and conditions of the tender. 6. Tenderer's profile duly filled in, as per given in tender document. 7. PAN Card (In case of partnership / Pvt Ltd. PAN of the firm & in case of proprietorship firm personal PAN is required). 8. The bidder should have PAN based Service Tax Registration. 9. The bidder should have valid EPF Registration. Signature of Tenderer with seal 3

4 E-tender for telephone bill printing for SSAs under Zonal GM Jabalpur 10. Self declaration that No his/her near relative is employed in BSNL. 11. Self declaration that Bidder/Firm is not debarred from taking part in tender anywhere in BSNL. 12. Self declaration on Payment Insulation Undertaking. 13. Self declaration on Ready to work anywhere in MP 14. Authorization certificate for signing the tender document from limited company / Govt. PSU or Copy of original / Attested Power of Attorney in case person other than the tenderer has signed the tender document. 15. Self attested Copy of ESI Registration (if not available, declaration should be given that it will be submitted at the time of agreement, failure of which EMD will be forfeited. 16. The bidder (Small Scale Units), who are registered with NSIC under Single Point registration Scheme are exempted from payment of bid security up to the amount equal their monetary limit OR Rs. 50 Lacs, whichever is lower. In case of bidder, having monetary limit as no limit or without limit or exceeding rs-50 lakhs, the exemption will be limited Rs.50 Lac (Rupees fifty lacs only) as per the existing policy of BSNL. A proof regarding current registration with NSIC / MSME for the Tendered Item will have to be attached along with the bid. The enlisted certificate issued by NSIC will not be permanent and should be renewed within two years of its presentation 17. Tender document(s) & price schedule in original, duly filled in and signed by tenderer or his authorized representative along with seal on each page. All corrections and overwriting must be initialed with date by the tenderer or his authorized representative. 18. All Declarations and Undertakings filled & signed (available in tender document) attached. i. Original Documents should be provided whenever required. ii. The free bid document will be issued to small scale industries registered with NSIC in case their monitory limit is equal or more than estimated cost. For getting free tender document notarized copy of NSIC mentioning the monitory limit and name of the item should be furnished E-TENDER INFORMATION: 1. Type of tender: - Single stage bidding, two stage opening using Two- Electronic Envelope System. Note 1: - The bids will be evaluated techno-commercially first and thereafter financial bids of techno-commercially compliant bidders only shall be opened. 2. The tender are invited under two Electronic Envelope System. The first envelope will be named as Techno-Commercial & will contain documents of bidder s satisfying the eligibility / Technical & commercial conditions and second envelope will be named as Financial containing financial quote. Note 2: - The following documents are required to be submitted online. A) Techno-commercial envelope shall contain (i) EMD/Bid Security. (ii) Cost of the tender documents i.e. tender fee. (iii) Document(s) showing fulfillment of the eligibility criteria(s) stated in NIT. Eligibility Conditions: Bidder must submit / upload attested/ original copies of the following documents with the tender form: As per Section-I (NIT) (iv) Bidder s Profile. (v) Undertaking & declaration duly filled & signed. (vi) Tender documents duly digitally signed at the end of each page. (vii) Electronic Form- Technical. Note 3: - EMD/Bid Security, Power of Attorney, Certificates on Non Judicial stamp papers & cost of tender document will be submitted in original in physical form. B) Financial envelope shall contain Signature of Tenderer with seal 4

5 E-tender for telephone bill printing for SSAs under Zonal GM Jabalpur (i) Electronic Form- financial bid along with Price Schedule. Note 4: - Documents required being submitted offline (i.e. offline submissions) a s p e r g i v e n i n E l i g i b i l i t y c o n d i t i o n o f N I T to AGM (CFA), O/o Zonal GM, BSNL Jabalpur, Near High Court Jabalpur (Address of Tendering Authority) on or before the date & time of submission of bids in a sealed envelope. The envelope shall bear the tender number, name of work and the phrase: Do not open before (due date & time of opening of tender). Note 5: - (1) Original copies of above documents can be called for verification from the bidder at any time. (2) All pages of the bid document, enclosures and documents attached to the tender must be self signed by the bidder. The Zonal General Manager Jabalpur reserves the right to accept or reject one, more than one or all the tenders in part or wholly without assigning any reason. He also reserves the right to terminate the contract at any time giving one month s notice in writing without assigning any reason. Tender can be short closed before due time by BSNL due to any technology change / administrative or business reason / umbrella contract finalized and implemented by higher authority or office without any kind of claim by contractor. (Bid Document and subsequent clarifications on bid terms if any can also be downloaded from BSNL web site Also visit us at - Asst. General Manager (CFA), O/o Zonal GM Jabalpur, 2 nd Floor, New CTO Compound, Near High Court, JABALPUR Ph: , Fax: Signature of Tenderer with seal 5

6 E-tender for telephone bill printing for SSAs under Zonal GM Jabalpur TABLE OF CONTENTS SECTION CONTENT PAGES NO. QUALIFYING BID DOCUMENT I NOTICE INVITING TENDER 2-5 TABLE OF CONTENTS 6 II CHECKLIST 7 III SELF DECLARATION A, B, C & D 8-9 IV INSTRUCTIONS OF THE BIDDER V E-TENDERING INSTRUCTIONS TO BIDDERS VI GENERAL CONDITION OF CONTRACT VII SPECIAL CONDITION OF CONTRACT VIII SCOPE OF WORK 34 IX TECHNICAL SPECIFICATION X DETAILS OF BIDDER 37 XI TECHNICAL CHECK LIST 38 XII DECLARATION 39 XIII PERFORMANCE SECURITY GAURANTEE BOND FORM XIV AGREEMENT PROFORMA FINANCIAL BID DOCUMENT (cover page) 44 XV QUANTUM OF WORK 45 XVI FINANCIAL BID Signature of Tenderer with seal 6

7 S. No. SECTION-II CHECKLIST FOR TENDERERS DOCUMENTS 1 The bidding process is done through E-Tendering platform. Techno-commercial and Financial bid (Electronic Form) submitted online 2 DD / Banker s cheque / Receipt No. and Date towards Cost of Tender document for Rs.525/- Including VAT Non-refundable 3 DD/ Banker s cheque /FDR/BG No. and Date towards EMD/Bid Security for Rs. 81,250/- is enclosed in First envelope marked as Bid Security 4 Bidder s Profile duly filled in as per Annexure-1 of the tender document. 5 The tender document & all other documents establishing bidder s eligibility & qualifications are enclosed in second envelope & marked as Qualifying Bid All corrections and overwriting must be initial with date by the tenderer or his authorized representatives. (Both Online and offline) 6 Attached all required self attested document 7 The PAN Card 8 Self attested copy of the registration of the firm. 9 Self attested copy of the partnership deed (if applicable) in case of partnership firm or copy of Memorandum/Articles of Association in case of companies. 10 Original/Attested Power of Attorney (if applicable) in case a person other than the tenderer has signed the tender document. 11 Self attested copy of Turnover certificate 12 Self attested copy of experience certificate as per NIT eligibility Condition 13 Self attested copy of Valid PAN Based Service Tax Registration. 14 Self attested copy of Valid EPF registration. 15 Self attested copy of Valid ESI registration 16 All Declarations and Undertakings filled & signed (available in tender document) attached. 17 List of all Partner/Directors including their name(s), Director Identification Number(s) (DIN) and addresses along with contact telephone numbers of office and residence, if applicable. 18 List of important customers with documentary proof. 19 Valid NSIC certificate (if applicable) YES/NO Signature of Tenderer with seal 7

8 SECTION III SELF DECLARATION (A) (To be submitted by all the Partner s/directors/company Secretary of the Company) I S/o R/o hereby certify that none of my relative/ Relatives of the Partners/Directors of the Firm/Co. (s) as defined below is/are employed in BSNL unit as per details given in tender document. In case at any stage, if it is found that the information given by me is false/ incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me. The near relatives for this purpose are defined as: (a) (b) Members of a Hindu Undivided family, They are husband and wife, (c) The one is related to the other in the manner as father, mother, son(s) & son's wife (daughter-in-law), Daughter (s) & daughter's husband (son-in-law), brother (s) & brother's wife, sister (s) & sister's husband (brother-in-law). Signature of Bidder with seal Note: - In case of Authorized signatory, he should mention that none of the near relatives of Proprietor/Directors/Partner s of the company is working in BSNL in any capacity in the above format) - Suppression of material information by bidder will lead to bid rejection. SELF DECLARATION (B) (To be submitted by all the Partner s/directors/company Secretary of the Company) I S/o R/o hereby certify M/s that Address is not barred from participating in bidding process in any BSNL unit / Central Govt. / State Govt. or its PSUs. Note: Signature of Bidder with seal - If the bidder is barred from participating in tender by any BSNL unit / Central Govt. / State Govt. or its PSUs his bid is liable to be rejected. - Suppression of material information by bidder will lead to bid rejection. Signature of Tenderer with seal 8

9 PAYMENT INSULATION UNDERTAKING (C) I/We undertake that I/We have sufficient capital resources to carry out operations and will make due payment to our firms labour / employees assigned to execution of this tender of BSNL MP Circle BSNL Jabalpur as per laws every month insulating it from payments from BSNL. I/We also under take to perform in faithful & efficient manner the work of this tender without linking it to payments from BSNL. Signature of Tenderer Name of the Tenderer (Capacity in which signing) UNDERTAKING (D) and condition. I/We undertake that I/We are ready to work anywhere in MP on same terms Signature of Tenderer Name of the Tenderer (Capacity in which signing) Signature of Tenderer with seal 9

10 1. DEFINITIONS: E-tender for telephone bill printing for SSA under Zonal GM Jabalpur SECTION-IV INSTRUCTIONS TO THE BIDDERS 1.1 "The Purchaser" means the Zonal GM Jabalpur. The SSAs which comes under Zonal GM Jabalpur are Rewa, Satna, Shahdol, Narsinghpur, Balaghat, Mandla, Panna, Seoni & Sidhi. 1.2 "The Bidder means an individual or the firm who participates in this tender and submits its bid. 1.3 "The Supplier means an individual or the firm providing services under the contract. 1.4 The Services" means printing of bills, detailed bills or any other documents and post print operations. 1.5 Letter of Intent (LOI) means the written communication to the successful tenderer from the purchaser. 1.6 "Purchase Order" means the written order signed by the purchaser for the purchase of services after the LOI has been accepted by the successful bidder. It shall include all the attachments and appendices thereto and all the documents incorporated by the reference therein. This, along with the letter of Intent and tender documents shall constitute the contract. 1.7 "The Contract Price means the price payable to the supplier under the purchase order for the full and proper compliance of his contractual obligations 1.8 The records, terms and expressions not specifically defined herein or in the tender documents shall have the same meaning assigned to them in the Indian Sale of Goods Act, 1930 or the Indian Contract Act, 1872 or the General Clause Act, 1897 as the case may be. The Head notes are guidance only and shall not affect the interpretation or construction of any provision thereof and in the tender documents. 1.9 SBO means Service Bureau Organization which is the vendor who will be providing the printing service ABF-Amount Billed For Means amount for which the bill is issued Print Impression/Image means printing on one side of paper The tender is being floated by Zonal GM BSNL Jabalpur. The operation of the tender will be done by the Head of SSAs Rewa, Satna, Shahdol, Narsinghpur, Balaghat, Mandla, Panna, Seoni & Sidhi. These are reporting to Zonal GM BSNL Jabalpur. 2. ELIGIBILITY TO BID: 2.1 Self attested copy of valid firm registration. In case of proprietorship registration with Nagar Nigam/ Local authority is required. In case of Partnership firm, firm should be registered with registrar of firms. In case of Public/Pvt. Ltd. Company, the company should be registered with Registrar of Company. 2.2 Turn over Certificate: - The bidder should have the financial capability to carry out the work. The bidder should have average annual financial turnover during the last 3 years, ending 31 st March of the previous financial year, should be at least 30% of the estimated tender cost by the Chartered Accountant. 2.3 The bidder must have experience of heavy duty printer solution of Telephone/Mobile bills of BSNL or any reputed public or private sector, organization with volume of printing at least Lac for at least any one year during last three financial years ( , & ) Experience certificate regarding the same from at least Signature of Tenderer with seal 10

11 Class-I Officer / STS or equivalent officer of Govt. or public sector organization/manager rank officer of private sector organization is Similar work means Supply of Multi coloured pre-printed Telephone Bill Stationery and printing of (with single color) Telephones bills (Landline & Mobile) 2.4 Separate Cash Receipt/Bankers Cheque/DD is to be enclosed for cost of tender document if downloaded from the website. 2.5 Bid Security in accordance with the terms and conditions of the tender. 2.6 Tenderer's profile duly filled in, as per given in tender document. 2.7 PAN Card (In case of partnership / Pvt Ltd. PAN of the firm & in case of proprietorship firm personal PAN is required). 2.8 The bidder should have PAN based Service Tax Registration. 2.9 The bidder should have valid EPF Registration Self declaration that No his/her near relative is employed in BSNL Self declaration that Bidder/Firm is not debarred from taking part in tender anywhere in BSNL Self declaration on Payment Insulation Undertaking Self declaration on Ready to work anywhere in MP 2.14 Authorization certificate for signing the tender document from limited company / Govt. PSU or Copy of original / Attested Power of Attorney in case person other than the tenderer has signed the tender document Self attested Copy of ESI Registration (if not available, declaration should be given that it will be submitted at the time of agreement, failure of which EMD will be forfeited The bidder (Small Scale Units), who are registered with NSIC under Single Point registration Scheme are exempted from payment of bid security up to the amount equal their monetary limit OR Rs. 50 Lacs, whichever is lower. In case of bidder, having monetary limit as no limit or without limit or exceeding rs-50 lakhs, the exemption will be limited Rs.50 Lac (Rupees fifty lacs only) as per the existing policy of BSNL. A proof regarding current registration with NSIC / MSME for the Tendered Item will have to be attached along with the bid. The enlisted certificate issued by NSIC will not be permanent and should be renewed within two years of its presentation Tender document(s) & price schedule in original, duly filled in and signed by tenderer or his authorized representative along with seal on each page. All corrections and overwriting must be initialed with date by the tenderer or his authorized representative All Declarations and Undertakings filled & signed (available in tender document) attached. i) Original Documents should be provided whenever required. ii) The free bid document will be issued to small scale industries registered with NSIC in case their monitory limit is equal or more than estimated cost. For getting free tender document notarized copy of NSIC mentioning the monitory limit and name of the item should be furnished 3. EXPENDITURE ON TENDERING: The bidder shall bear all the costs associated with the preparation and submission of his bid(s). The purchaser, will in no case, be responsible or liable for any cost(s), regardless Signature of Tenderer with seal 11

12 of the conduct of the process. 4. THE TENDER DOCUMENTS: E-tender for telephone bill printing for SSA under Zonal GM Jabalpur The bidder shall examine all the forms, instructions, terms & conditions and specifications in the tender documents. The failure to furnish all information required as per the tender documents or submission of bids non-substantively responsive to the tender document shall be at the bidder's own risk and liable to summary rejection. 5. CLARIFICATION OF TENDER DOCUMENTS: 5.1 A prospective bidder, requiring any clarification(s) of tender documents may notify the Purchaser in writing at the Purchaser's mailing address. The purchaser may, if necessary, respond in writing to such request(s) for clarification(s) of the tender documents, if received not later than 7 days prior to the last date for the submission of the bids. The copies of the query (without identifying the source) and clarification(s) by the purchaser shall be sent to all the prospective bidders who have purchased the tender documents. 5.2 No request for post-bid clarifications shall be entertained. 6. AMENDMENT TO THE BID DOCUMENTS: 6.1 The purchaser, for any reason, whether at its own initiative or in response to the clarification(s) sought by the prospective bidder(s) may, at any time, prior to the last date for submission of the bids, amend the bid documents. All such amendments shall be notified in writing or by telex or FAX to all the prospective bidders who have purchased the tender documents. These modifications/ amendments shall be binding on all concerned. 6.2 To allow the prospective bidders reasonable time for preparing the bids after taking into account the modification(s)/amendments, the purchaser, at its discretion, may extend the date for submission of the bids. 7. PREPARATION OF BIDS: 7.1 Method of preparation of bid: Techno-Commercial Envelope Tender for E-Tender for Supply of Multi coloured pre-printed Telephone Bill Stationery and Printing of (with single color) Telephones bills (Landline & Mobile) for the SSAs under Zonal GM Jabalpur (T-05/Zone JBP/Tender/Telephone Bill Print/ ) Envelopes Marked on the Contents of Envelope cover First Bid Security Containing Bid security & cost of tender document offline in original and Online photocopy Second Qualifying Bid Containing tender document and attested eligibility documents (Online and offline both) The tenders, if not submitted in above mentioned manner shall be liable to be rejected The tenderer will be bound by all terms, conditions & specifications as detailed in the tender document Any tender with conditions other than those specified in the tender document is liable to be summarily rejected. No modification by the contractor in any of the condition will be permitted after the tender is opened. Signature of Tenderer with seal 12

13 7.1.3 Tenders should also be dropped in person in the tender box placed in the office of AGM (CFA), O/o Zonal GM, Jabalpur, before the closing (date & Time) of tender, as mentioned in NIT. The tenderer is to ensure the delivery of the bids at the correct address. The department shall not be held responsible for delivery of bid to the wrong address. The site of the tender box will be sealed immediately after the specified time for receipt of tender. Any tender presented in person after the sealing of box will not be received by General Manager Jabalpur Zone Jabalpur or any of the subordinates or will not be allowed to be deposited in the tender box Tender will be opened in the presence of Bidders present on the due date of opening i.e Hrs. on 08/06/2016. Technical Bids of the Tenders received will be opened on that day and the Sealed Financial Bids will be kept in BSNL custody. The Time, Date and Venue of the opening of Financial Bid will be intimated only to those Bidders, whose Technical Bid is accepted after evaluation of details and documents furnished. No correspondence in this regard will be entertained. Incomplete Tender or Tender in which both technical Bid and Financial Bid are found in the same envelope is liable to be rejected. All Columns should be furnished with relevant details and no column should be left blank. 7.2 Completion of Tender Form The bidder shall complete the tender form and the appropriate Price Schedule in manner prescribed in the format included in the tender document only, clearly indicating the services to be provided, a brief description thereof and the quantity and price The offers of the bidder(s) which are not accompanied by bid security (wherever necessary) and other necessary documents are liable to summary rejection. 7.3 Bid Prices The bidder shall give the unit prices, total bid prices and other prices of the services it proposes to provide under the contract as per the price schedule included in the tender documents. Prices shall be entered in the price schedule in the following manner: The supplier shall specify details of the items and shall quote, as per price schedule given in the tender documents, for such items (applicable or essential for utilizing the system) forming part of the system. The prices as shown should be all inclusive i.e. duties, taxes, levies etc but excluding service tax The prices quoted by the bidder shall remain firm during the entire period of the contract and shall not be subject to variation on any account. The bid submitted with variable prices/conditional bid (unless asked by Zonal GM, Jabalpur), shall be rejected as a non- responsive bid The unit prices shall be quoted with sufficient details to enable the purchaser to arrive at total prices of the services offered The consolidated costs should be quoted in separate financial bid form given. 7.4 Documents establishing the conformity with the tender documents and services offered: The bidder shall furnish as part of his bid, all documents that shall establish the conformity with the tender documents and services asked. Such documentary evidence may be in the form of technical literature, drawings and or data etc. He shall furnish: Signature of Tenderer with seal 13

14 7.4.1 A detailed description of essential technical specifications and performance parameters of the goods offered Statement of deviations and exceptions if any and the details thereof to the provisions of the Technical Specifications and commercial conditions. 8. BID SECURITY: 8.1 The bidder shall furnish, as part of his bid, a bid security for an amount as per NIT in the form of FDR/BG/Bankers cheque/dd drawn in favour of Account Officer (Claim), BSNL, O/o Zonal GM Jabalpur. 8.2 The bid security is required to protect the Purchaser's interests against the risk of bidder's conduct, which would warrant forfeiture of the security pursuant to the clause Amount or amounts payable if any to the bidder or the bid security furnished by the bidder in respect of an earlier bid shall not be adjustable against this bid. 8.4 A bid not secured in accordance with Para 8.1 shall be summarily rejected at the time of bid opening as a non-responsive bid. 8.5 The amount deposited as bid security shall carry no interest during the entire period it remains with Zonal GM Jabalpur. 8.6 The bid security of the unsuccessful bidder(s) shall be refunded only after the successful completion of the tender process. To expedite refund bidders are advised to enclose a pre-receipt with the bid. 8.7 The bid security of the successful bidder(s) will be discharged upon the bidder's acceptance of the work order and on furnishing the performance guarantee in full. 8.8 The bid security shall be forfeited: If a bidder withdraws his bid during the period of bid validity as specified by the bidder on the Bid form In the case of a successful bidder, if the bidder fails to sign the contract and/or fails to furnish performance guarantee in accordance to the relevant clauses of the tender document(s) If at any stage it is found that any documents/information submitted false/forges /fabricated / manipulated / tempered If the bidder fails to start the work as stipulated time mentioned in W.O. 9. PERIOD OF VALIDITY OF BIDS: 9.1 A bid shall remain valid for 180 days after the date of opening of bid(s). A bid valid for a shorter period shall be rejected as a non-responsive bid. 9.2 In exceptional circumstances, the Purchaser may seek the bidders' consent for extension of the period of validity of bid(s). The request and the responses thereto shall be made in writing. The bid security provided under Clause-8 shall also be suitably extended. A bidder shall however, has the right to refuse for an extension without any risk to his bid security. A bidder conceding to the request for extension of time shall, however, not be permitted to modify his bid. 10. FORMAT AND SIGNING OF BID: 10.1 Format of Bid The bidder shall separately prepare the Technical Bid and Financial Bid, both to be filled in Original tender form only. Signature of Tenderer with seal 14

15 The original copy should be filled up in original forms of the tender document or down loaded document only, failing which the bid will be summarily rejected and signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the original bid, except for un amended printed literature shall be initialled by the person or persons signing the bid 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 initialled by the person or persons signing the bid All the pages of the bid document should be serially numbered and signed. Any confusion in this regard can be clarified with AGM (CFA), by meeting in person or on Phone No During the entire evaluation process, if it is observed that the down loaded document is exactly not as per the original tender document and/or it is tempered/ changed/ altered/ modified in anyway, the bid will be rejected 10.2 Signing of Bid Individuals signing the bid or the other documents connected with the contract shall indicate their full name below their signatures. He/They shall also specify whether he/they is/are signing as: A sole proprietor of the firm or his constituted attorney(s) Partner(s) in the firm, in which case he/they must have the authority to represent the firm, either by virtue of the partnership agreement or by the power of attorney, for arbitration of dispute(s) concerning the business of the said partnership firm Constituted attorney of the firm in case of it being a company In case of partnership firm a copy of the partnership deed (agreement) and/or general power of attorney duly attested by a Notary Public shall accompany A person signing the bid form or any document forming the part of the contract on behalf of another person shall be deemed to be having authority to sign the document. If however, found to be otherwise the Zonal GM BSNL Jabalpur may, without prejudice to other civil and criminal remedies, cancel the contract at the risk and cost of such person and hold him liable for all costs and damages arising from the cancellation of the contract including any loss which the Zonal GM BSNL Jabalpur may suffer on account of execution of contract/intended contract. 11. SUBMISSION OF BIDS: Method of preparation of bid: Bids must be submitted by the bidders on or before the specified date & time indicated in Section-I i.e. DNIT. The BSNL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents, all rights and obligations of the BSNL and bidders previously subject to the deadline will thereafter be subjected to the extended deadline. The bidder shall submit its bid offer against a set of bid documents purchased/downloaded by him for all or some of the systems/ equipment as per requirement of the Bid Documents. Signature of Tenderer with seal 15

16 Tenders should be dropped in person in the tender box placed in the office of AGM (CFA), O/o Zonal GM Jabalpur, before the closing (date & Time) of tender, as mentioned in NIT. The tenderer is to be ensure the delivery of the bids at the correct address. The department shall not be held responsible for delivery of bid to the wrong address. The slit of the tender box will be sealed immediately after the specified time for receipt of tender. Any tender presented in person after the sealing of box will not be received by General Manager Telecom District Jabalpur or any of the subordinates or will not be allowed to be deposited in the tender box. 12. LAST DATE AND TIME FOR SUBMISSION OF BIDS: 12.1 All bids shall be received by the Purchaser at the address specified under Para 11not later than the date and time specified in NIT The Purchaser may, at its discretion, extend the date and time for the submission of bids by amending the Bid Documents in accordance with clause 6 in which case all rights and obligations of the and bidders shall be subject to the extended date and Purchaser 12.3 Any bid received after the specified date and time for submission of bids shall be rejected and returned unopened to the bidder(s) If the last date happens to be holiday or subsequently declared as holiday then the next working day will be treated as last date of submission. 13. MODIFICATION AND WITHDRAWAL OF BIDS: 13.1 The bidder(s) may modify or withdraw a bid after submission provided that the written notice for the modification(s) or withdrawal is received by the Purchaser prior to the last date and time prescribed for submission of bids The notice for modification or withdrawal shall be prepared, sealed, marked and dispatched strictly in accordance with Provisions of clause 10. A notice for withdrawal may also be sent by FAX but followed by a signed confirmation copy, post marked not later than the deadline for submission of bids. 14. OPENING OF BID BY THE BSNL: 14.1 The BSNL shall open the bid in the presence of bidders or his authorized representatives who choose to attend, at 1530 hrs on due date. The bidder s representatives, who are present, shall sign an attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening Only one representative for any bidder shall be authorized and permitted to attend the bid opening The bid shall be opened in the following manners: The bid opening committee shall count the number of bids and assign serial number to the bids. For example, if 10 tenders have been received the bids shall be numbered as 1 of 10, 2 of 10 etc. All the members shall initial on the outer envelopes of all the bids with date The envelopes containing the tender offer if not properly sealed, shall not be opened and shall be rejected outright. Closing the cover by gum will not be treated as sealed cover. The reasons for not opening such tender offers shall be recorded on the face of the envelope and all the members of bid opening committee shall initial with date First the outer envelope containing the three envelopes be opened. The bid opening committee shall initial on all these envelopes with date Among these three envelopes, the envelope marked BID SECURITY shall be opened first and examined. Signature of Tenderer with seal 16

17 The bidders who have submitted the proper bid security as per tender document, their QUALIFYING BID shall be opened and papers/documents submitted by the bidder shall be examined and recorded by the TOC The Financial Bid shall be opened in the following manner : The date and time of opening of "Financial bid" shall be conveyed to all the bidders who have qualified in Qualifying Bid and their representative shall be allowed to attend the financial bid opening After opening the "Financial Bid" the bidders name, bid prices, modifications, bid withdrawals and such other details as the BSNL, at its discretion, may consider appropriate; will be announced at the opening In case there is discrepancy in figures and words in the quote, the same shall be announced in the bid opening, but the quote in words shall prevail. In case of any discrepancy in unit price and composite price, unit price will prevail. If the contractor does not accept the correction of the errors, his bid will be rejected. 15. SUMMARILY REJECTION OF BIDS: One or more of the following reasons/omissions will render a bid liable to summarily rejection Bid received late without conclusive proof that it was actually delivered before the specified closing time A bid, unless exempted specifically, not accompanied by required bid security along with Technical bid as required by Clause A bid not accompanied with separate DD/Banker cheque for cost of tender document down loaded from web site A bid not accompanied by a power of attorney to authorize to sign and bind the signatory A bid, not accompanied by a documentary proof having the requisite experience in bill printing Bid received unsealed Conditional bid or bid received with validity for a short period than prescribed in clause Bid in which rates have not been quoted in the manner specified in the bid form Non receipt of clarification in time as required under clause Influencing the evaluation of bids vide below clause 18 below. 16. PROTECTIVE CLAUSE: The purchaser reserves the right to disqualify such bidders who have a record of not meeting the contracted obligations against earlier contracts entered into with the purchaser. 17. CLARIFICATION OF BIDS: In the process of examination, evaluation and comparison of bids, the Purchaser may, if necessary ask the bidder(s) for clarifications(s) of the bid(s). The request for such clarification(s) and the response thereto shall be in writing. In case of no response from a bidder his bid is liable to summarily rejection. 18. INFLUENCING THE EVALUATION OF BIDS & AWARD OF CONTRACT: No bidder shall attempt to influence the Purchaser on any matter relating to the tender(s). Any attempt to influence the purchaser in the evaluation and comparison of the bid(s) and in award of the contract shall result in summarily rejection of the bid(s) of such bidder(s). 19. PRELIMINARY EVALUATION: Signature of Tenderer with seal 17

18 19.1 To determine clause by clause compliance, the bids shall be evaluated in respect to the substantive responsiveness or otherwise. Thereafter the evaluation shall be done for the substantively responsive bids only A substantively responsive bid is one that conforms to all the terms and conditions of the Tender Documents without material deviations. The bid's responsiveness shall be based on the contents of the bid itself without recourse to any extrinsic material A bid determined as substantively non-responsive shall be rejected. The bidder(s) shall not be permitted to make corrections to make such bid(s) substantively responsive The purchaser is not bound to accept the lowest or any Tender and reserves to himself the right to accept the whole or any part of the tender and of allotting the quantities offered. The bidders shall supply the quantities as decided by the purchaser at the approved rates The purchaser may waive minor non-conformance or irregularity(s) in a bid which does not constitute a material deviation, period such a waiver does not prejudice or affect ranking ot the bidders(s) Arithmetical error, if any, shall be rectified in the following manner: If there is a discrepancy between the unit price and the total price that is obtainable by multiplying the unit price with quantity, the unit price shall prevail and the total price shall be corrected by the purchaser accordingly If there is a discrepancy between words and figures, the amount in words shall prevail If there is discrepancy in %, figures and words in respect of maintenance support or any other charges other than Govt. taxes/ levies the amount indicated in words and figures will prevail in that order. 20. COMMERCIAL EVALUATION OF SUBSTANTIVELY RESPONSIVE BIDS: 20.1 The bids previously determined to be substantively responsive only shall be evaluated commercially and compared in detail The ranking shall be based on the evaluation criteria specified in section Based on the merits of each case, the distribution of tendered quantity amongst the bidder(s) whose bids are found to be technically and commercially acceptable shall be determined by the purchaser The purchaser shall have the sole discretion in determining the number of suppliers on whom the purchaser order shall finally be placed. If multiple bids are accepted, the terms and condition offered to the lowest shall also apply to the higher bids. 21. RIGHT TO VARY THE QUANTITIES: 21.1 The purchaser shall reserve the right, to increase or decrease the quantity by up to 25% of what is specified in the schedule of quantities without any change in unit price or other terms and conditions The vendor shall regulate the delivery of ordered goods/ services as per written instructions from the purchaser The purchaser may also place add-on order(s) up to a maximum of 25% of the tendered quantities in one or more lots over a period of 365 days from the date of acceptance of the LOI by the bidder For an add-on purchase up to 25%, the prices shall be worked out after taking into consideration the variation(s) only in taxes and duties, if any The vendors are advised not to carry out the work, if quantum exceed by 25% of allotted work. This avoids un-necessary complication involved in regularization of excess quantum. Signature of Tenderer with seal 18

19 22. VALIDITY OF TENDER: The tender will be valid for two years from the date of signing of agreement. It can be extended upto six month depending upon the requirement and local need on discretion of Zonal GM BSNL Jabalpur and further extended to six month on mutual consent. 23. RIGHT TO ACCEPT/REJECT ANY OR ALL BIDS: The Purchaser is not bound to accept the lowest or any other bid and reserves the right to accept or reject any bid, and to annul bidding process and reject all bids, at any time prior to the award of the contract without assigning any reason(s) whatsoever and without thereby incurring any liability towards the affected bidder(s) on this ground. 24. NOTIFICATION TO THE SUCCESSFUL BIDDER(S): 24.1 Before the expiry of the validity of bid, the purchaser shall notify the successful bidder(s) in writing by register letter or by fax, (to be confirmed in writing by registered letter) about the acceptance of the successful bid(s) The bid security of the successful bidder(s) shall be discharged only after the performance security is furnished by such bidder(s). 25. LETTER OF INTENT (LOI): 25.1 The letter of intent shall constitute the intention of the Purchaser to place a purchaser order on the successful bidder(s) The bidder shall, within 15 days of the issue of the LOI, communicate his acceptance and shall also furnish performance security in conformity with the bid documents Failure to comply with the requirement of clause-25.2 shall constitute sufficient ground for the annulment of the acceptance of the bid and forfeiture of the bid security in which event the Purchaser shall feel free to place orders on any other bidder(s) or call for fresh bids. 26. AWARD OF CONTRACT AND ISSUE OF PURCHASE ORDER: 26.1 ISSUE OF WORK ORDER: The purchaser may consider placement of a order for services on those bidder(s), whose offers have been found technically, commercially and financially acceptable and whose product(s) have been found proven. The tender will be finalized and rates will be approved by the Zonal GM Jabalpur. The Work Order will be given by the AO Computer / AO (TR) of the respective SSAs i.e Rewa, Satna, Shahdol, Narsinghpur, Balaghat, Mandla, Panna, Seoni & Sidhi for the printing of bills of their respective SSAs During the period of contract if so desired by the purchaser, the supplier(s) shall visit the purchaser at such place and date as may be prescribed by the purchaser for discussions on design(s) and progress of the work etc. at his own cost and means PRICE FOR ORDERING: The approved prices shall remain valid for the period of contract. Any variation of taxes and duties shall not affect the prices during the contract. However, the burden of increased taxes/duties, if any, shall be borne by the supplier(s). 27. RIGHT TO CANCEL THE CONTRACT: The purchaser shall have the right to cancel the contract wholly or in part in the event he is obliged to do so on account of any decline, diminution, curtailment or stoppage of the work(s). In that event, this will be mutually discussed and settled depending upon the status of the contract. ********************************************************************* Signature of Tenderer with seal 19

20 G E N E R AL SECTION- V E-TENDERING INSTRUCTIONS TO BIDDERS These Special Instructions (for E-Tendering) supplement Instructions to Bidders. Submission of Bids only through online process is mandatory for this Tender. E-Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Now, the Government of India has made E-Tendering mandatory. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, BSNL MP Circle has decided to use the portal SYNISE TECHNOLOGIES LTD. has an exclusive, most vibrant end to end solution for buying / selling of products and services through tendering process. It supports A - Z activities of tendering based on proactive work flow concept. Fine details of tendering like vendors registration, tender announcement and corrigendum, tender form processing, opening, negotiation and tender awarding are supported in a real time interactive environment. SYNISE TECHNOLOGIES LTD. creates a true dynamic market place for both buyers and vendors to interact with each other and transact business. 1. Tender Bidding Methodology: Sealed Bid System - 'Single Stage - Two Envelopes' In case of two envelope system Financial & Techno-commercial bids shall be submitted by the bidder at the same time. 2. Broad outline of activities from Bidders prospective: (i) Procure a Digital Signing Certificate (DSC) (ii) Register on Electronic Tendering System (ETS) (iii) Create Users and assign roles on (iv) View Notice Inviting Tender (NIT) on (v) Download Official Copy of Tender Documents from (vi) Clarification to Tender Documents on (vii) Query to BSNL (Optional) (viii) View response to queries posted by BSNL, as addenda. (ix) Bid-Submission on (x) Attend Public Online Tender Opening Event (TOE) on (xi) Opening of Techno- commercial Part View/Post-TOE Clarification posted by BSNL on (Optional) (xii) Respond to BSNL's Post-TOE queries (xiii) Attend Public Online Tender Opening Event (TOE) on (xiv) Opening of Financial-Part (Only for Technical Responsive Bidders) (xv) Participate in e-reverse Auction on (if applicable) for participating in this tender online, the following instructions need to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the Please do below mentioned things to operate this website smoothly in Internet Explorer Browser: Please enable ActiveX Controls & Plug-ins. (Tools Internet Options Security Custom Signature of Tenderer with seal 20

21 Level) - Mandatory Please add in to Trusted Website. (Tools Internet Option Security Trusted Sites. Add this URL Close) - Mandatory Please disable or uninstall Third Party Toolbar / Add-ons from Browser. Important Note: - As per the new Inter-operability guidelines released by Controller of Certifying Authorities (CCA), the Secured Socket Layer (SSL) certificate for a e-procurement application is generated on a new algorithm, SHA2. Also, the Digital Certificates that will be applicable for these platforms have to be SHA2 algorithm compliant. For the same, the users have to ensure that they have Windows XP (SP3) / Windows Vista / Windows 7 installed in their respective PC / Laptop. In case of Windows XP service pack -3, if you get any issue you can install the SSL patch, which is available at our download section of our e-tender/e-auction Portal and also at our corporate website just below the label of "knowledge section" 3. Digital Certificates For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). Also referred to as Digital Signature Certificate (DSC - Signing & Encryption Certificate), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer 4. Registration To use the Electronic Tender portal ( ), vendor needs to register on the portal (if not registered earlier). Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e- tendering activities. For further details, please visit the website/portal ( ), click on the 'New Bidder Registration / Register link (on the Home Page), and follow further instructions as given on the site. Pay Annual Registration Fee as applicable. Note: - After successful submission of Registration details and Annual Registration Fee (as applicable). Please contact SYNISE TECHNOLOGIES LTD. (As given below), to get your registration accepted/activated. Contact Details: - Manasi Vaishampayan , Hiren Pandav & Indrajeet Navghare Helpdesk No.s /522/516/517, Mobile Nos , , BSNL contact-i Contact person Shri S. K. TAMRAKAR, DGM (ZONE), BSNL O/o Zonal GM, Jabalpur Telephone/ / (between 10:00 hrs to Mobile 17:30 hrs on working days) ID BSNL contact-ii Contact person gmareajbp@gmail.com Shri P. T. Ganvir, AGM (CFA), BSNL O/o Zonal GM, Jabalpur Telephone/ Mobile / (between 10:00 hrs to 17:30 ID BSNL contact-iii Contact person hrs on working days) gmareajbp@gmail.com Shri Ashish Tiwari, SDE (Plg), O/o Zonal GM, Signature of Tenderer with seal 21

22 Jabalpur Telephone/ Mobile / ID gmareajbp@gmail.com 5. Bid related Information for this Tender (Sealed Bid) The entire bid-submission would be online on Broad outline of submissions are as follows: Submission of Bid Security/ Earnest Money Deposit (EMD) Submission of digitally signed copy of Tender Documents/ Addendum/addenda Two Envelopes Techno-commercial -Part Financial-Part Note: - Bidder must ensure that after submit the tender, they have to do the Final Submission of the same by clicking on Final Submission. 6. Offline Submissions The bidder is requested to submit the following documents offline to AGM (CFA), BSNL O/o Zonal GM Jabalpur on or before the due date & time of submission of bids specified in covering letter of this tender document, in a Sealed Envelope. The envelope shall bear (the tender name), the tender number and the words 'DO NOT OPEN BEFORE' (due date & time). a. EMD -Bid security original DD/Bank guarantee/fdr/bankers Cheque. b. Cost of the tender documents i.e. tender fee (original DD/Cash Receipt/Bankers Cheque). c. Document(s) showing fulfilment of the eligibility criteria(s) stated in Section-I of the NIT. Eligibility Conditions: Bidder must submit / upload attested/ original copies of the following documents with the tender form: As given in Section 1 of NIT. d. Tender document(s), duly filled in and signed by tenderer or his authorized representative along with seal on each page. e. In case bidder happens to be a MSE, the documentary evidence for the same shall be submitted. Note: - The Bidder has to upload the Scanned copy of all above said original documents as Bid-Annexure during Online Bid-Submission. 7. Special Note on Security of Bids Security related functionality has been rigorously implemented in SYNISE TECHNOLOGIES LTD in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Security related aspects as regard Bid Submission are outlined below: As part of the Electronic Encrypter functionality, the contents of Price Bid are securely encrypted. 8. Public Online Tender Opening Event (TOE) SYNISE TECHNOLOGIES LTD offers an online Tender opening system and result can be shared with the bidder s online only if required. If the result is shared online, bidders can login from the convenience of their own office/home, mark their presence and view the result of the tender. Note: - In case of internet related problem at a bidder's end, especially during 'critical events' such as - a short period before bid-submission deadline, during online public tender opening event, during e-auction, it is the bidder's responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider's end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s). Signature of Tenderer with seal 22

23 9. E-Reverse Auction (not applicable) 10. Other Instructions For further instructions, the vendor should visit the home-page of the portal The following 'FOUR KEY INSTRUCTIONS for BIDDERS' must be assiduously adhered to: a. Obtain Valid Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on SYNISE TECHNOLOGIES LTD. b. Register your organization on SYNISE TECHNOLOGIES LTD well in advance of your first tender submission deadline on SYNISE TECHNOLOGIES LTD c. Get your organization's concerned executives trained on SYNISE TECHNOLOGIES LTD. well in advance of your first tender submission d. Deadline on SYNISE TECHNOLOGIES LTD Submit your bids well in advance of tender submission deadline on SYNISE TECHNOLOGIES LTD as there could be last minute problems due to internet timeout, breakdown, etc. e. While the first three instructions mentioned above are especially relevant to first-time users of SYNISE TECHNOLOGIES LTD, the fourth instruction is relevant at all times. 11. Minimum Requirements at Bidders end Operating System should be Windows XP Service Pack -3 / Vista / Windows 7. System Access with Administrator Rights Broadband connectivity. Microsoft Internet Explorer 7.0 or above Digital Certificate(s) for users. 12. Vendors Training Program Vendors are requested to contact SYNISE TECHNOLOGIES LTD Officers for any information regarding E-tendering / training. SYNISE TECHNOLOGIES LTD. (An ISO 9001:2008 Certified Company) 'Omkar', Plot No. A - 8, Shivtirth Nagar, Paud Road, Kothrud, Pune Phone: /517. Fax No: ************************************************************************** Signature of Tenderer with seal 23

24 1. APPLICATIONS E-tender for telephone bill printing for SSA under Zonal GM Jabalpur SECTION-VI GENERAL CONDITIONS OF CONTRACT These conditions shall apply in all the contracts made by the purchaser for the procurement of services. 2. STANDARD The services supplied under this contract shall conform to the standards mentioned in the Technical Specifications. 3. PATENT RIGHTS The supplier shall indemnify the purchaser against the third- party claims/ actions of infringement of patent, trademark or industrial design rights arising from use of the services or any part thereof in Indian Telecom Network. 4. PERFORMANCE SECURITY DEPOSIT 4.1 The supplier, within 15 days of the receipt of the Letter of Intent (LOI), shall furnish performance security 4.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the supplier's failure to complete its obligations under the contract. 4.3 The successful tenderer shall provide a Performance Security Deposit of 10% of tender value for the period of thirty months as Security Deposit in the form of Bank guarantee in the format as per Section-XIII or by a Demand Draft drawn from any Nationalized Bank or scheduled bank in favour of AO Cash, BSNL, O/o General Manager Telecom District, Jabalpur. When paid by DD, the Security Deposit carries no interest & refundable only after completion of the contract awarded to Service Bureau Organization. If Security Deposit is paid in the form of Bank Guarantee, the validity period of the same shall be thirty Months initially. Failure in payment of Security Deposit will entail forfeiture of EMD. 4.4 Zonal GM BSNL Jabalpur has right to en-cash the FDR/Bank Guarantee in case of delay/failure to complete/perform the job within the given period or breach of any clause of this document. 5. INSPECTION AND TESTING 5.1 Inspection and testing shall be as per provisions in the General Specifications. 5.2 The testing will include the a) Quality of paper & printing for both bills & envelopes b) Content of the bill & Call details. 5.3 A bill be called a wrong bill if, a) Figures specified in the bill are wrong b) Variation in no of call details i.e. reducing or increasing the call details. c) Quality of paper or printing is not adequate. d) Bills not printed according to the approved format Signature of Tenderer with seal 24

25 5.4 A wrong bill can be identified by E-tender for telephone bill printing for SSA under Zonal GM Jabalpur a) Making the sample check by the officer of BSNL b) Complaint from the subscriber In case of wrong bill the SBO will have to reprint the bill and any cost implications due to delay will have to be borne by the SBO. However if such practice occur frequently the contract is liable for termination. 5.5 Unless specified otherwise inspecting authority shall be nominated by Zonal GM BSNL Jabalpur. 5.6 The Chief Account Officer or his representative or any of his superior officers shall have free access to the sight at all times for inspection. The agency shall render to the representative of BSNL all possible assistance and facilities for the purpose. 5.7 Bill folding will be done as per file given by AO (TR) of concerned SSA. 6. DELIVERY AND DOCUMENTS The Service Bureau Organization shall start rendering the service to SSA(s) within one months from the date of P.O. Failure to commence operation within that date will result in penalty Charges as per Para 8 Delivery of printed bills within 24 hours at the SSA Head quarter from printing is to be ensured by the contractor. (However details are given in Section VIII and IX which are to be followed) 7. INCIDENTAL SERVICES (WHEREVER REQUIRED) 7.1 The supplier may be required to provide any or all of the following : a) On-site supervision of assembly and/ or start-up of the supplied services; b) Tools and testers required for assembly and/or maintenance of the supplied services; c) Supervision, maintenance and/or repair of the supplied goods, for a period of time agreed by the contracting parties provided that such service shall not relieve the supplier of any warranty obligations under this contract. 7.2 Financial obligations, if any, of the above services shall be clearly indicated in the offer. Failing that it shall be construed that these services shall be provided by the supplier (s) at its own cost. 8. PENALTY In the event of failure to complete the entire print job including other post printing operations, if any, within the print-window timings prescribed, the tenderer shall be liable to pay the penalty as follows and such amount will be deducted from any amount due to him from SSA. 8.1 For the first and second days beyond print-window timings: Rs. 5,000/- per day (subject to maximum Rs. 30,000/-) 8.2 If the tenderer is penalized on the above clause more than three times in a year in this SSA, the contract is liable for termination. 8.3 The quality of papers used for printing of bills/envelopes shall be accordingly to specification as per section-viii. There shall not be any variation beyond (+) 2.5% of the specified GSM. Otherwise a liquidated penalty of Rs per thousand bills, for any variation not exceeding (+) 5% shall be levied. Cases were variation exceeds (-) 5% full claim shall be rejected out rightly. The Designated Officer (designated by Zonal GM BSNL Jabalpur) reserves the right to waive the penalty or reduce it, at his discretion, depending upon the merits of reasons Signature of Tenderer with seal 25

26 for such delay. However, this waiver clause shall not be invoked as a matter of routine. 9. PAYMENTS 9.1. Service Bureau Organization shall arrange to submit its claim on monthly basis. The bills in triplicate along with the printing summery pre-receipted shall be preferred by the Service Bureau Organization to respective AO (Computer) / AO (TR) of the SSA, whose bill is printed or any other officer nominated by General Manager Telecom District of the SSA by 5 th of every month for the services rendered in the preceding calendar month Increase in taxes and other statutory duties/levies if any after the expiry of the delivery date shall be to the contractor's account. However, the supplier (s) shall pass on to the purchaser benefits of any decrease in such taxes/duties. The service Tax will be charged as per applicable rate. The Service Tax will not be charged on paper cost, it will be paid only on items, where applicable as per prevailing rules. 50% Service tax will be paid to vendor and balance 50% will be deposited by BSNL to service tax department on vendor service tax no. However it will be changed as per Govt. notification time to time. 9.3 No payment shall be made for services that are rejected on inspection/ testing at site. 9.4 Payment will be made by A/C Payee cheque of union Bank of India or any other Bank having the BSNL Account. 10. PRICES Prices charged by the supplier for services provided and services performed under the contract shall not vary from the prices quoted in the bid over the period of contract. 11. AMENDMENTS 11.1 Within the scope of the contract the purchaser may, at any time, by a written order to the supplier, amend one or more of the following : a) Drawings, designs and specifications, if the services to be supplied under the contract shall be manufactured specifically for the purchaser. b) The method of packing and shipment. c) The consignee and/or the place of delivery. d) The services to be provided by the supplier. e) Any correction / changes in bill printing in CDR environment If such amendment(s) cause (s) an increase or decrease in the cost or the time required for the execution of the order, an equitable adjustment shall be made in the contract price or delivered schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier for adjustment under this clause shall be made within thirty days from the date of the receipt of such amendments. 12. SUB-CONTRACTS 12.1 If the work of delivery is awarded then the vender may enter into agreement with reputed courier firms for distribution of bills with valid partnership or MOU, the final responsibility of distribution & obtaining POD will be with the contractor/agency. No correspondence shall be entertained by BSNL with the sub contractor The supplier shall not assign/ transfer and sub-contract its interests/obligations under the contract without the prior written permission of the purchaser The supplier shall notify the purchaser in writing of all sub-contracts awarded under this Signature of Tenderer with seal 26

27 contract if not already specified in the bid. Such notification, in the original bid or later shall not relieve the supplier from any liability or obligation under the contract. 13. DELAYS IN THE SUPPLIER'S PERFORMANCE 13.1 Services under the contract shall be provided strictly in accordance with the delivery schedule specified in the purchase order Delay (s) in the performance of delivery obligations shall render the supplier liable to any or all the following. (1) Forfeiture of performance security, (2) Imposition of liquidated damages, (3) Termination of the contract for default If at any time during performance of the contract, the supplier or its sub contractor(s) should encounter conditions impeding timely delivery of the services, the supplier shall promptly notify the purchaser in writing of the full fact about the delay, its likely duration and cause(s). After receipt of the supplier s notice, the discretion for extending the period for performance of the contract after mutual discussions, will be exclusively of the purchaser i.e. Zonal GM BSNL Jabalpur. 14. FAILURE TO PERFORM WITHIN STIPULATED SCHEDULE (TIME WINDOW) In the event of machinery failure, or due to any other cause, the Service Bureau Organization shall make alternate arrangement at their own cost and ensure that the schedules are not getting affected by not more than 8 hours beyond the stipulated print window timings. SSA shall not bear such expenses incurred by the Service Bureau Organization in all such eventualities. In the event of the Service Bureau Organization not able to extend the service even after expiry of the 8 hours beyond print window timings, a liquidated damage equal to the amount spent by SSA to get the work done through other sources is payable by the Service Bureau Organization to SSA in addition to the penalty liable under clause-8 Penalty. 15. FORCE MAJEUR If at any time, during the currency of this contract, the performance, in whole or in part, of any obligation(s) by either party under this contract shall be prevented or delayed by reasons(s) of war, hostility, acts of the public enemy, civil disturbance, sabotage, fire, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (Herein after referred to as events) provided notice of happenings, of any such event is given by either party to the other within 7 days from the date of occurrence thereof, neither party shall by reason(s) of such event be entitled to terminate this contract which shall resume as soon as practicable after such event(s) may come to an end or cease to exist provided further that if the performance in whole or part of any obligation(s) under the contract if prevented or delayed by reason(s) of any such event for a period exceeding 60 days either party may, at its discretion terminate the contract. The decision of Zonal GM Jabalpur as to whether an event justifies invocation of force majeure shall be final and Conclusive. 16. TERMINATION FOR DEFAULT 16.1 The purchaser by a written notice of default may, without prejudice to any other remedy for breach of contract, terminate the contract in whole or in part as the case may be. a) If the supplier fails to deliver any or all of the services within the time period(s) specified in the Contract, or any extension thereof granted by the purchaser pursuant to Clause 13. b) If the supplier fails to perform any other obligation(s) under the Contract; and c) If the supplier, under either of the above circumstances, does not remedy his failure(s) within a period of 30 days (or such longer period as the purchaser may Signature of Tenderer with seal 27

28 allow in writing) after the receipt of the default notice. d) If at any stage, it is found that information / documents submitted false/ forge /fabricated / tempered / manipulated In the event of the termination of the contract in whole or in part, (pursuant to Para 16.1) the purchaser may procure services similar to those undelivered from open market, and the supplier shall be liable for payment of such excess cost for such similar services. The supplier shall, however, continue performance of the contract to the extent not terminated On the happening of any of the above circumstances, the purchaser, without prejudice to its other rights under the law or the contract, may purchase the balance quantity of the services at the risk and cost of supplier and book to him for the payments thereof and shall also claim a set-off of any dues payable under the contract to the supplier against his dues under the contract or any previous contract Upon recession of the contract, the security deposit of the contractor shall be liable to be forfeited and shall be absolutely at the disposal of the BSNL. 17. TERMINATION FOR INSOLVENCY The Purchaser may at any time terminate the contract by a written notice of 7 days to the Supplier, without compensation, if the supplier becomes bankrupt or otherwise insolvent, provided that such termination shall not prejudice or affect any right or action or remedy which had accrued or might accrue. 18. ARBITRATION In the event of any question, dispute or difference arising under this agreement or in connection therewith except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration of the CGMT M.P. Telecom Circle or in case, his designation is changed or his office is abolished then in such case to the sole arbitration of the office for the time being entrusted whether in addition to the functions of the CGMT M.P. Circle or by whatever designation such officer may be called the (hereinafter referred to as the said officer) and if the CGMT M.P. Circle or said Officer is unable or unwilling to act as such to the sole arbitration or some other person appointed by the CGMT M.P. Telecom Circle or the said Officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, There will be no objection to any such appointment that the arbitration is Government servant or that he has to deal with the matter to which agreement relates or that in the course of his duty as Government servant he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever such CGMT M.P. circle or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors The arbitrator may from time to time with the consent of parties enlarge the time for making and publishing the award. Subject to aforesaid the Arbitration Act, 1996, and the rules made there under any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under clause The venue of the arbitration proceeding shall be the office of C.G.M. Telecom, MP Telecom Circle at Bhopal or such other places as the arbitrator may decide. 19. SET OFF Signature of Tenderer with seal 28

29 Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by the purchaser /Zonal GM Jabalpur and set of the same against any claim of the Purchaser or Zonal GM Jabalpur, arising out of this contract or under any contract made by the Contractor with the Purchaser and/or i.e. Zonal GM BSNL Jabalpur 20. FALL CLAUSE The prices charged for the bills supplied under this Contract by the Contractor shall no event exceed the lowest price at which the Contractor supply the bills identical description to any person (S)/organizations (S) including the BSNL or any Department of the Central Government or any Deportment of a State Government or any statutory undertaking of the Central or a State Government, as the case may be during the period till performance of all Supply Orders placed during the currency of Rate Contract is completed. If at any time during the period of contract (within scheduled delivery period of during extension) 20.1 Any vendor reduces the sale price, sells or offers to sell the same or similar type of supply to any person or organization including Department of Central/ State Government or any Central/State PUS at a price lower than the price chargeable under the contract, contractor shall forthwith notify the price and date of such reduction to the purchaser (BSNL), OR 20.2 It comes to the notice of purchaser (BSNL) regarding reduction of price for the similar type of supply, OR 20.3 The price received in a new tender for the same or the similar supply is less than the prices chargeable under the contract. The purchaser will determine and intimate the new price, taking into account various related aspects such as quantity, geographical location etc, and the date of its effect for the balance supply to the vender. The BSNL will also recover any excess amount already paid/payable to the vendor. In case the vendor does not accept the new price and the date of its effect, the BSNL shall have the right to terminate the contract without accepting any further supplies. This termination of the contract shall be at the risk and responsibility of the supplier and BSNL reserves the right to purchase the balance unsupplied supply at the risk and cost of the defaulting vendor besides considering the forfeiture of his performance security. 21. PROVISION OF EPF & ESI 21.1 The contractor shall fulfil/compliance the provisions of EPF and Misc Provisions of Act 1952 and Employees Scheme Each claim bill of contractors must accompany the (i) list showing the details of labourers/employees engaged, (ii) duration of their engagement, (iii) the amount of wages paid to such labourers/employees for the duration in question, (iv) amount of EPF contributions (both employers and employees contribution) for the duration of engagement in question, paid to the EPF Authorities, (v) copies of authenticated documents of payments of such contribution of EPF authorities and (vi) a declaration from the contractors regarding compliance of the conditions of the EPF Act, The contractor shall be required comply the provision ESI, payment of wages act, contractor labour regulation act, payment of bonus act, payment of gratuity act and service tax regulation. Non compliance of above provision will be treated as breach of contract and necessary action against the bidder will be taken. Signature of Tenderer with seal 29

30 22. DISTRIBUTION OF WORK (QUANTITY) E-tender for telephone bill printing for SSA under Zonal GM Jabalpur 22.1 The work may be given to maximum 2 (Two) successful bidders only, which will be distributed as per table below:- Table 1(A) (Without provisions for MSE Units) No. of Bidders to be approved (Col. 1) Quantity allotted to the respective bidder (Col. 2) L1 L2 L3 L4 L5 and so on One bidder 100% Nil Nil Nil Nil Two Bidders 60% 40% Nil Nil Nil According to the guide lines / instructions / laws issued vide D.O. No. 21(1) M.A. April 25th, 2012 from Ministry of Micro, Small & Medium Enterprise (MSME) with respect to provisions for Micro & Small Enterprises (MSEs) shall be followed. Table 1(B) (With provisions for MSE Units) No. of Bidders to be approved (Col. 1) Quantity allotted to the respective bidder (Col. 2) L1 L2 L3 L4 L5 and so on One bidder 80% Nil Nil Nil Nil 20 % Two Bidders 48% 32% Nil Nil Nil 20% Qty earmarked for MSE bidder(s) (Col. 3) Note 1: Table 1(B) shall be followed if the tender has provision for reservations for MSE units. Note 2: If no eligible MSE bidders are available then aforesaid earmarked 20% quantity shall be de-reserved & the allotted quantity for other general bidders will be restored to 100% and distribution shall be as per Table -1(A) above. Note 3: If L-1, L-2 happens to be MSE bidders then they will be given allotted quantity as per the applicable sub-column of column 2 of above table. In case, there are MSE bidders whose quoted price is within +15% of L-1 price then 20% reserved quantity shall be distributed amongst such MSE bidders. 20% of the Estimated Quantity/requirement in the tender Enquiry is earmarked for procurement from the eligible Micro & Small Enterprises (MSEs). Out of 20% requirement from MSEs, 4% is earmarked for units owned by Schedule Caste/ Schedule Tribes (as per PPP order dated mandatory w.e.f However, in case eligible Micro & Small Enterprises (MSEs) bidder(s) are not available then this quantity would be de-reserved & procured from participating. If multiple technically successful (responsive) bids are accepted, the terms and conditions offered to the lowest shall also apply to the higher bids General policy of distribution of work The L-1 price will be offered to responsive bidders and if they agree then work will be allotted as per table given above. Signature of Tenderer with seal 30

31 22.3 However, the Zonal GM Jabalpur reserves the right for the placement of order of entire tendered quantity one the bidder with the lowest valuated price. He will also have to supply which have not been taken over by anybody and left over after starting the work during any time of the contract BSNL reserves the right to depart from the above guidelines for distribution of order quantities amongst successful bidders depending upon the urgency and other factors prevailing at the time of evaluating the bids. 100% work/supply can also be given to lowest bidder. ************************************************************************** Signature of Tenderer with seal 31

32 SECTION-VII SPECIAL CONDITIONS OF CONTRACT These conditions are specific to the job. If any condition is in conflict with previous conditions, the conditions in this annexure will prevail. a) This is a tender for rate contract to be executed in Area under Zonal GM BSNL Jabalpur as per NIT for the period of 2 years. The scope of the tender is to provide print and postprint operations (Stapling, inserting, franking & optional delivery) service for printing of Telephone & Mobile Bills and call details and for post print operations on a continuous basis for a period of two years. This can be further extended for six months with the approval of BSNL authority and further extended to six months on mutual consent. b) Offsite printing: The SBO has to manage the site for printing operation by his own. c) The Service Bureau Organization shall provide foolproof and transparent arrangement in the system to ensure that all the data supplied by the SSA is printed. The counter for the number of print images created by the system is also software/system controlled and counter initialization should not be possible by Service Bureau Organization s operators without the prior approval of nominated officer of SSA. This point is of utmost importance since payment to Service Bureau Organization s monthly claims for the service rendered to SSA is based on the readings in the counter and foolproof and transparent arrangement shall be made by Service Bureau Organization to the full satisfaction of SSA. d) Service Bureau Organization shall provide documentary proof of providing similar services to other BSNL units or other organizations specified in NIT i.e heavy duty bill printing. e) The software for designing the pre-print-image format shall be developed by Service Bureau Organization free of cost. The Service Bureau Organization is also responsible for making the necessary changes to the software needed, to accommodate any changes to the print-image format, as and when SSA puts forth such demand, free of cost. This does not include changes required for inclusion of Commercial advertisements as per point (l) below at short notice of 3 to 4 days for each occasion bill printing. f) Approval for the quality, shape and size of bill & window envelopes to be used shall be taken from Dy general Manager (Finance) of Jabalpur Zone / IFA of Zonal GM BSNL Jabalpur. g) The bill has to be delivered to the designated officer by the SSA at his site or as per his instructions shall be delivered at designated Post Offices. h) The Print-Window means the time between when the data is taken and bills are delivered. i) The bill for payment has to be raised to the respective AO (Computer) / AO (TR) and AO (CMTS) of the respective SSAs, where bills are printed by the SBO. Details procedure is given in point p for the bills for landline and mobile bills respectively or specify by the Zonal GM BSNL Jabalpur time to time. j) The responsibility for procuring/stocking the necessary stationery and envelopes for stuffing the printed bills shall be Service Bureau Organization s. Necessary storing space for stocking the inventory for about one month s requirement shall be provided by SSA at Service Bureau Organization s risk. The specifications for the type, size and quality of the stationery required for automated handling by Service Bureau Organization s machinery shall be discussed and mutually agreed to before Service Bureau Organization makes such procurement. k) Optionally, SSA(s) shall opt to recover the cost of printing by soliciting commercial advertisements in the free space left at appropriate position of each Customer s bill details/special messages without affecting the overall number of pages for Signature of Tenderer with seal 32

33 a particular customer. For this Service Bureau Organization shall provide facility to scan/edit/reduce/enlarge the advertisement material suitably and re-adjust print format layout to suitably insert the commercial advertisement at appropriate slot at short notice for every billing cycle and such changes required are to be done free of cost. l) SSAs shall provide the data cartridge or CD required for generation of print-images. For this purpose, all the 7 days are to be considered as working days and the print-window timings set forth in Clause 7 of the Technical Specification shall be maintained at any cost. Thus, intervening holidays/week-ends shall not affect the operations. Alternately the SSA(s) may also send the data by to the vendor (SBO) m) The term of the contract is for a period of 2 years, extendable by six months is the discretion of Zonal GM Jabalpur and further extended up to six month on mutual consent. The contract can be terminated by SSA by serving a notice one month in advance. n) The SBO shall maintain full confidentiality of the data supplied for creating print images. Under no circumstances, the Service Bureau Organization shall divulge/reveal/share such data for the purpose other than for creating print images for SSA. Any violation of this confidentiality clause may result in instant termination of the contract and Service Bureau Organization shall pay liquidated damages of Rs.10,00,000/- (Rupees ten lakhs only) to SSA(s) and SSA(s) shall reserve the right to black-list the Service Bureau Organization on all India basis. o) Successful Service Bureau Organization shall also be under obligation to extend similar services to SSA at the same agreed rate for any other ad hoc/non-cyclic requirements of SSA on priority basis, as and when such requirement arise and such request is made by SSA to Service Bureau Organization. The print-image/page layout shall be developed by the Service Bureau Organization free of cost on 2 occasions in a calendar month. p) The SSAs which comes under the jurisdiction of Zonal GM BSNL Jabalpur are (1) Balaghat, (2) Rewa, (3) Satna, (4) Shahdol, (5) Narsinghpur, (6) Mandla, (7) Panna, (8) Seoni & (9) Sidhi. The AO (Computer) / AO (TR) any other officer designated by respective SSA head or GM (Zone) Jabalpur will issue the work order of Printing of bills of that SSA and will send the data through (preferable) or Cartridge or CD. The vendor (SBO) will print the bills as per tender specification attach and staple detail bills and send back to the respective SSA by hand / courier within the time limit specified in the tender. The bill for the above will be raised by vendor (SBO) to the respective SSA & will be paid by the respective SSA directly to the vendor. Any dispute if arised will be addressed by to ZonalGM BNSL Jabalpur *************************************************************************** Signature of Tenderer with seal 33

34 SECTION-VIII SCOPE OF WORK Technical Specification details are in Section-IX. 1. The SSA requirement for such service is cyclic in nature and may vary in each billing cycle. The Service Bureau Organization should be capable of handling the increased print load without affecting the print-window timings as specified in the tender document. If any other SSA is added in the Zonal GM BSNL Jabalpur the bills of the same will also required to be printed by the vendor (SBO) similarly the Zonal GM Jabalpur was also delete any SSA from the list of Bill printing, due to any administrative reason. 2. Details of number of Bills required in one year : Approximate No. of Bills per year = 7.18 lacs 3. Printing of bills: The time allowed for printing shall be known as print window and specified as follows: a) 16 hours for 50,000 print impressions b) 64 hours for two lacs print impressions 4. Delivery of printed bills (to SSA Head quarter): The vendor will be required to deliver all the bills within 48 Hours (including folding stapling & from completion of printing under acknowledgement from the AO (Computer) / AO (TR) of respective SSA, failing which penalty as specified in Para 8 of Section-VI General Condition of Contract shall be levied. Proof of delivery (POD) shall also be maintained by the vendor & the same may be required to be submitted when required by BSNL. ************************************************************************* Signature of Tenderer with seal 34

35 1. PRE-PRINTED BILL: E-tender for telephone bill printing for SSA under Zonal GM Jabalpur SECTION-IX TECHNICAL SPECIFICATIONS a) Multicolour as per sample enclosed. The sample / design of pre-printed stationery will be approved by the officer in-charge or the officer nominated by the SSA by 20th of every month for the bills to be issued next month. Specification: - GSM 80, 1200 dpi colour Multi colour Printing with resolution of 1200 dpi for pre-printed image and 600 dpi with single colour variable data printing. b) Printing of bill: - only dynamic billing data is to be printed in the bill with single color. The variation of font size may be as per the direction of the Officer in-charge or officer designated by Zonal GM BSNL Jabalpur. c) The billing data from the CDR server along with detail bill will be given to vendor by 4th of every month in electronic form. The format of the electronic form may be seen by vendor in advance to ensure the compatibility of bill printing for every month. The bill & the corresponding detail bill are to be attached together and stapled. All the stapled bills to be sorted and form the bundle of exch. code or Pin Code wise as per the direction of officer in-charge and submitted to AO (Computer) / AO (TR) of respective SSA as per time specified in para 7 below. 2. Printer speed shall be in the range of 50 to 150 delivered images per minute with duplex printing capability on cut-sheet of A4 size. The agency shall also have capability to deliver 100 images per minute when required. 3. The printing technology shall be of the capability for advanced print languages such as IPDS, POSTSCRIPT and PCL. Variable data printing is required on both sides of the sheet. In all the SSAs under Zonal GM BSNL Jabalpur, CDR package for bills is implemented. The vendor should have compatible printing technology solution. 4. The printing of logos, photographs, barcodes signatures and Indian languages scripts etc., should be possible using the printing system only. The prospective vendors are advised to visit and study the BSNL bills package visiting any of the SSA under Zonal GM BSNL Jabalpur. 5. The print-layout of the bills will be designed in consultation with the software group of SSA and there shall be enough flexibility to change the print-layout and details at short notice of 5 days as per the needs of SSA 6. There should be flexibility in the print-layout to include optional messages either selectively or for all bills of a cycle. 7. One Print Impression means printing on one side of paper. The Print-Window shall be 64 hours for printing 2.0 lakhs impression and 16 hours for 50 thousand print impressions. a) The print-window of 64 hours shall mean that at the end of 64 hours the entire job of printing the images is completed in a phased manner over the entire print-window time and at the end of print window 64 hours for 2 lakhs and 16 hours for 50 thousand no job is left pending, i.e. the work shall be carried out continuously nonstop. The print-window time reckoning starts from the time the data/cartridge is made available to the Service Bureau Organizations by SSA. The numbers of billing cycles are subject to increase/decrease as per the demands of the network management and Service Bureau Organizations shall comply with such needs. b) Time allowed for sorting of the bills: In addition to print window timing further time of 1 day per bills shall also be allowed for sorting, folding, stapling, inserting, bundling of the bills prior to dispatch. Further time of 24 Hours is allowed for transporting the printed bills to AO (Computer) / AO (TR) of the respective SSAs. Signature of Tenderer with seal 35

36 (Please also see para-5 of Section-VII Scope of work). However, for Sidhi SSA additional time of one day will be allowed for transportation. The bills may be asked to be delivered at Sidhi or Singrouli by the SSA head. 8. The post-print mechanization process shall have facility to enclose newsletters and bulletins/enclosures to all or target group of customers (i.e., on selective basis). The speed of operation of post printing mechanization system shall be in synchronisation throughout of the printing system to ensure that final print-window timings are maintained at any cost. 9. Single colour variable data duplex printing available on single system and in one pass to avoid multiple run of the sheets and 100% registration of black and colour. 10. Paper used for printing of bill shall be of 80 GSM with quality as approved by the SSA. The size of the bill form on which the bill is to be printed shall be A-4 size. Quality of paper will be verified by officer / agency nominated by Zonal GM BSNL Jabalpur. 11. The envelope of suitable size of 70 GSM with gelatine window for address display shall also be supplied by the SBO. The envelope shall be of 24 cm X 11cm size with gelatine window of sufficient size of display name and address properly. The envelope will be supplied to have pre-printed matter in four colours printed with Book post, postage prepaid and sender address. The information about BSNL s products / services may be given by BSNL to print on envelope at vacant places. (The supply of bills in envelope or without envelope will be decided by respective SSA Head and the same will be specified with work order. The supply of envelope is optional requirement.) 12. The method of stapling can be done through either printer or manual is left to the choice of the vender. 13. The respective SSA will handover variable data in separate data-files like Billing Data, Detailed Bill Data, Trunk Calls Data etc. The SBO shall ensure that all related data are grouped together and printed as a single bill. The SSA shall provide the data cartridge required for generation of print-images. Separate files for main bills and STD/ISD itemized bills will be provided which will have to be collated and Telephone & Mobile number-wise final print images inclusive of STD & ISD Details generated by SBO for printing. Bills should be printed in any order as desired by SSA such as Telephone & Mobile number-wise, pin code-wise, single sheet, dual sheet, multiple sheet at no extra cost. (As specified earlier SSAs may also send the data by for quick action) 14. The contractor shall submit the sample of paper & envelope to be used for printing along with the bid document. 15. The contractor will be required to submit specimen of the printed bill for the approval of Zonal GM BSNL Jabalpur before actual printing of the bill. 16. The vendor on receipt of CD (Billing Data) shall complete the printing within the specification and arrange to fold, pack and deliver them at his own cost at the respective SSA Head quarter. The billing data will be given by BSNL to vendor either in CD or through / FTP. 17. In each bill first page will be the Bill summary, on the back of which pre-printed information, advertise will be there. The subsequent pages of the bill must be printed both side with implementation. Bill information in CDR Billing package format. The 2 nd onward sheet of each Bill may be White or colour paper of A4 Size 80GSM and single colour (Black) printing. However for next bill again the Ist sheet (summary) is to be printed with multicolour printing as described above. The suitable technical arrangement of printing the bill while taking page of two different types may be made by the vendor. Signature of Tenderer with seal 36

37 SECTION -X Item to be inquired 1 The Tenderer Details Name of Company Mailing Address Telephone No Fax No Name of Managing Director DETAILS OF BIDDER Income tax certificate Yes/No Page No Letter of authorization of Yes/No Page No signing the bid (yes/no), if yes page no, else reason 2 BID Security particulars Amount DD No. Date Draw on Bank Pre receipt for return of bid security (yes/no) 3 Actual Sales in crore during Amount in crore Page no of bid State whether the equipment offered confirm to the technical specifications in the tender. (Yes/no). If no, mention the deviation 5 Constitution of the company Company is registered under which act Name of Partners (if any) Name three organizations whom to give your Services Name of tender Bank with address IFSC Code MICR No Signature of Tenderer with seal 37

38 SECTION XI TECHNICAL CHECK LIST FOR SUBMISSION OF TENDER DOCUMENT S.N. Parameters Requirement Whether offered solution meeting requirement Yes/No 1. Type of Technology Advanced Technology/ heavy duty printing solution meeting the resolution & Speed required. Supporting Document details 2. Speed 50 to 150 delivered image per minute with duplex printing Capability 3. Resolution 1200 dpi for pre printing image and600 dpi for variable data printing. The pre printing may shall be printed in minimum 4 colours & variable printing shall be in single colours. 4. Bar Coding High density Bar coding required. 5. Duration of Bill Print 6. Moisture/water Resistance. A. In 16 hrs. for print impression. B. In 64 hrs. for print impression Printed bill and Bar code should be unaffected by water and moisture The solution given by our firm/company is completely meeting the above requirement & supporting Documents are also enclosed by us. Any discrepancy may lead to the rejection of our bid. I /We fully understand that in case of any failure on our part to meet these parameters, the Penalty as per the clause 8 of Section VI General Terms & Condition shall be imposed on us. In addition to this further action as per section VI General Terms & Condition are liable to be taken by BSNL against us. *************************************************************************** Signature of Tenderer with seal 38

39 To, Zonal GM Jabalpur SECTION XII DECLARATION 1. Name of the Tenderer : 2. Full address of the Tenderer : 3. Name of actual signatory to the Tender : 4. Total Nos of pages of Tender offer & its enclosures : 5. Quotation as per Section : I have carefully read the tender conditions detailed in the Tender and all its Annexure and I have understood the tender conditions in full and abide by the same. I shall abide by the decision of the General Manager Telecom Jabalpur or the arbitrator appointed by him on any matter of dispute or clarification on any aspect in the implementation of the contract. Signature: Name & address of the company (With seal) Station: Date: Signature of Tenderer with seal 39

40 SECTION-XIII PERFORMANCE SECURITY GUARANTEE BOND FORM (PBG) 1. In consideration of the Zonal General Manager, Jabalpur (Herein after called the Purchaser ) having agreed to exempt (hereinafter called the said contractor (S) ) from the demand, under the terms and conditions of an agreement/ Purchase Order No. Dated Made between and for the work of (Herein after called the said Agreement ), of security deposit for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for we (Name of the Bank) (hereinafter referred to as the Bank ) at the request of contractor(s) do hereby undertake to pay to the Purchaser an amount not exceeding against any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser by reason of any breach by the said Contractor(S) of the terms or conditions contained in the said Agreement. 2. We (Name of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Purchaser stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Purchaser by reason of the contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of the Purchaser in these counts shall be final and binding on the Bank. However, our Liability under this guarantee shall be restricted to an amount not exceeding. 3. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute or disputes raised by the contractor (s) / supplier(s) in any suit or proceeding pending before any count or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/ supplier(s) shall have no claim against us for making such payment. 4. We (Name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for performance of the said agreement and that it shall continue to be enforceable till all the dues of the Purchaser under or by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till the Purchaser certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of Thirty Months from the date hereof, we shall be discharged from all liability under this guarantee thereafter. 5. We ( Name of the Bank) further agree with the Purchaser that the Purchaser shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary the terms and conditions of the said Agreement or to extend time of performance by the said contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against and said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not Signature of Tenderer with seal 40

41 to be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s)/supplier(s). 7. We (Name of the Bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Purchaser in writing Dated the day of For (Indicate the name of the Bank) Signature of Tenderer with seal 41

42 SECTION XIV AGREEMENT The successful tenderer shall have to execute the following agreement; This agreement made on this...day of (month)... (Year)... Between M/s......herein after called The Contractor ( Which expression shall unless excluded by or repugnant to the context, include its successors, heir, executors, administrative representative and assignee) of the one part & herein after referred to as the BSNL, of other part. Whereas the contractor has offered to enter into contract with the said Government for the execution of work of. in BSNL Zonal GM Jabalpur on the terms and conditions herein contained and the rates approved by the Government (copy of Rates annexed) have been duly accepted and where as the necessary security deposits have been furnished in accordance with the provisions of the tender document and whereas no Interest will be claimed on the security deposits. Now these presents witness and it is hereby agreed and declared by and between the parties to these presents as follows. 1. The contractor shall, during the period of this contact that is to say from... to...or completion of work for Rs... (In words) whichever is earlier or until this contact shall be determined by such notice as is hereinafter mentioned safely carryout, by means of labours employed at his own expenses and by means of tools, implements and equipment etc. to be supplied by him to his labour at his own expenses, all works as described in tender documents (annexed to the agreement), when the government or BSNL Zonal GM Jabalpur or any other persons authorised by Zonal GM Jabalpur in that behalf require. It is understood by the contractor that the quantity of work mentioned on the schedule is likely to change as per actual requirements as demanded by exigencies of service. 2. The NIT (notice inviting tender), Bid documents (Qualifying and Financial), letter of intent, approved rates, annexed hereto and such other additional particulars, instructions, drawings, work orders as may be found requisite to be given during execution of the work shall be deemed and taken to be an integral part of the contract and shall also be deemed to be included in the expression The Agreement or The Contract wherever herein used. 3. The contractor shall also supply the requisite number of workmen with means & materials as well as tools, appliances, machines. Implements, vehicles for transportation, cartage etc. required for the proper execution of work within the time prescribed in the work orders. 4. The contractor hereby declares that nobody connected with or in the employment of the BHARAT SANCHAR NIGAM LIMITED is not/shall not ever be admitted as partner in the contract. 5. The contractor shall abide by the terms and conditions, rules, guidelines, construction practices, safety precautions etc. stipulated in the tender document including any correspondence between the contractor and the Government having bearing on execution of work and payment of work to be done under the contract In witness whereof the parties present have here into set their respective hands and seals the day and year in Above Written: Signed sealed & delivered by the above named contractor in the presence of Signature of Tenderer with seal 42

43 Witness: Signed & delivered on behalf of the BSNL Witness: Signature of Tenderer with seal 43

44 BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) BID DOCUMENT (FINANCIAL) TENDER DOCUMENT For Supply of Multi coloured pre-printed Telephone Bill Stationery and Printing of (with single color) Telephones bills (Landline & Mobile) for the SSAs under Zonal GM Jabalpur (i.e. Rewa, Satna, Shahdol, Narsinghpur, Balaghat, Mandla, Panna, Seoni & Sidhi) Tender No:- T-05/Zone JBP/Tender/Telephone Bill Print/ dated 18/05/2016 OFFICE OF THE ZONAL GENERAL MANAGER CTO COMPOUND JABALPUR Signature of Tenderer with seal 44

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT E- TENDER FOR REPAIRING OF 100A / 25A SMPS POWER PLANT MODULE IN RAIPUR SSA No.: W-1-18/GMTDR/e-Tender-116/ Repairing SMPs PP Module /18-19/8

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

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad , 1 Tender Form No.. Issued to:. Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad 500 004, Cost of form fee paid details: DD

More information

B H A R AT S A N C H A R N I G A M L I M I T E D

B H A R AT S A N C H A R N I G A M L I M I T E D B H A R AT S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) TENDER DOCUMENT FOR REPAIRING OF EPBT AND CLIP INSTRUMENTS In Kheda Telecom District, Nadiad TENDER NO. KTD / MM / T 04/17-18

More information

B H AR A T S A N C H AR N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR

B H AR A T S A N C H AR N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR B H AR A T S A N C H AR N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR CLEARING AND TRANSPORTATION OF ALL TYPES OF TELEPHONE MATERIAL, U/G CABLE, DRUMS, LOADING AND UNLOADING, SHIFTING

More information

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

MP/ Hiring of VAT Consultant / /002

MP/ Hiring of VAT Consultant / /002 (A GOVT. OF INDIA ENTERPRISE) O/O THE CHIEF GENERAL MANAGER TELECOM.GUJARAT CIRCLE, 9th FLOOR, Telephone Bhavan, C G Road, AHMEDABAD-6 Phone No.26480117, 26480120 FAX No. 26480118 BID DOCUMENT E O I document

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

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

B H A R A T S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT E- TENDER FOR

B H A R A T S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT E- TENDER FOR B H A R A T S A N C H A R N I G A M L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT E- TENDER FOR SUPPLY OF NEW PHOTO IDENTITY CARD & MEDICAL CARD IN AHMEDABAD TELECOM DISTRICT TENDER NO. ATD

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

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

BHARAT HEAVY ELECTRICALS LIMITED,

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

More information

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

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

MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/ TENDER FORM FEE: - Rs.500/-(Non refundable)

MM -1/T- 284/ REPAIRING OF SMPS P.P.MODULE/GDH/ TENDER FORM FEE: - Rs.500/-(Non refundable) TENDER FORM FEE: - Rs.500/-(Non refundable) TENDER FORM NO. BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) O/o Telecom District Manager.Telephone.Eexchange Bldg.,Civil Lines Road, GODHRA

More information

BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISES) O/o Telecom District Manager. Ghoda Choupati BSNL Parisar, Dhar (MP) TENDER DOCUMENT

BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISES) O/o Telecom District Manager. Ghoda Choupati BSNL Parisar, Dhar (MP) TENDER DOCUMENT BHARAT SANCHAR NIGAM LIMITED (A GOVERNMENT OF INDIA ENTERPRISES) O/o Telecom District Manager Ghoda Choupati BSNL Parisar, Dhar (MP) TENDER DOCUMENT FOR Laying of O.F Cable for FTTH work at Pithampur in

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 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

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018 BHARAT SANCHAR NIGAM LIMITED (A GOVT. OF INDIA ENTERPRISE) OFFICE OF THE SUB-DIVISIONAL ENGINEER (CIVIL), BSNL CIVIL SUB-DIVISION, Rourkela, PH: 0661-2600454 NOTICE INVITING TENDER NIT ID No: 214-27 -18-03

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

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

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

More information

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

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

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI-110 001 TENDER NOTIFICATION FOR HOUSEKEEPING AND ALLIED SERVICES LAST DATE FOR RECEIPT OF SEALED TENDER DATE OF OPENING

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

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

(A Govt of India Enterprise) NIT No.GTK./DE-MW/TENDER/GDA (Sweeping, Cleaning & up keeping)/ Dated at Gangtok the November 25, 2011

(A Govt of India Enterprise) NIT No.GTK./DE-MW/TENDER/GDA (Sweeping, Cleaning & up keeping)/ Dated at Gangtok the November 25, 2011 BHARAT SANCHAR NIGAM LIMITED (A Govt of India Enterprise) EASTERN TELECOM REGION NIT No.GTK./DE-MW/TENDER/GDA (Sweeping, Cleaning & up keeping)/2011-2012 Dated at Gangtok the November 25, 2011 BID DOCUMENTS

More information

NLC TAMILNADU POWER LIMITED

NLC TAMILNADU POWER LIMITED PRESS TENDER NOTICE Dated: 08.06.2017 Sealed quotations in single cover consisting of two inner sealed covers (containing Technical cover as Part I and price cover as Part II) super scribing the Name of

More information

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

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

More information

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

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

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o General Manager, BSNL Kannur BSNL Bhavan,Kannur

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o General Manager, BSNL Kannur BSNL Bhavan,Kannur 1 BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o General Manager, BSNL Kannur BSNL Bhavan,Kannur-670 002 BID DOCUMENT LIMITED TENDER DOCUMENT FOR THE PURCHASE OF SFP MODULES (SMALL FORM

More information

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

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

More information

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

B H AR AT S AN C H AR N I G AM L I M I T E D

B H AR AT S AN C H AR N I G AM L I M I T E D B H AR AT S AN C H AR N I G AM L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR PROCUREMENT OF PVC PIPE & RELATED ACCESSORIES FOR PROVIDING FTTH CONNECTION ON RRC BASIS IN ATD E- TENDER NO.

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

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

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

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

BHARAT SANCHAR NIGAM LIMITED (A GOVRNMENT OF INDIA ENTERPRISES) BID DUCUMENT FOR E-TENDER FOR HOUSE KEEPING WORK IN CGMT, CG CIRCLE RAIPUR.

BHARAT SANCHAR NIGAM LIMITED (A GOVRNMENT OF INDIA ENTERPRISES) BID DUCUMENT FOR E-TENDER FOR HOUSE KEEPING WORK IN CGMT, CG CIRCLE RAIPUR. MM/795/Tender/HK/2017-18/2 dated 09.02.2018 BHARAT SANCHAR NIGAM LIMITED (A GOVRNMENT OF INDIA ENTERPRISES) BID DUCUMENT FOR E-TENDER FOR HOUSE KEEPING WORK IN CGMT, CG CIRCLE RAIPUR. (To be opened on

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

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

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

More information

B H A R A T S A N C H A R N I G AM L I M I T E D

B H A R A T S A N C H A R N I G AM L I M I T E D B H A R A T S A N C H A R N I G AM L I M I T E D (A Govt. of India Enterprise) BID DOCUMENT FOR E TENDER FOR MARKETING ACTIVITY i.e. ( PRINTING & SUPPLY OF STICKERS, LEAFLETS,FLEX BANNERS, PRINTING & SUPPLY

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

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

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

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

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For TENDER DOCUMENT For Printing of Multiple Copies Of Photo Electoral Rolls Page 1 of 11 TABLE OF CONTENTS Clause No. Section I Invitation to Bid Page No. 1 Instructions and items for Bidding 5 2 Schedule

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

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY 1.0 INVITATION: NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details" below

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

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

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise) O/o The Divisional Engineer,MW Maintenance Gangtok NIT No:DEMW/GTK/T-1/ 12-13 dtd: at Gangtok the27.06.2012 BID DOCUMENT TENDER FOR SWEEPING,CLEANING

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

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

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

No. DGM (NWO-KEL & MVM)/e-Tender/ HK/ /11 Dt Page 1 of 78 CHENNAI TELEPHONES

No. DGM (NWO-KEL & MVM)/e-Tender/ HK/ /11 Dt Page 1 of 78 CHENNAI TELEPHONES No. DGM (NWO-KEL & MVM)/e-Tender/ HK/2018-19/11 Dt 29.05.2018 Page 1 of 78 2 CHENNAI TELEPHONES Tender No: DGM (NWO-KEL & MVM)/e-Tender/ HK/2018-19/11 Dt 29.05.2018 BID DOCUMENT TENDER DOCUMENT FOR PROVIDING

More information

OPEN TENDER DOCUMENT (TECHNICIAL BID)

OPEN TENDER DOCUMENT (TECHNICIAL BID) 1 No. PLG/Battery (DG)/2015-16/ dt.09.2015 at Cuttack BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT, CUTTACK-753012 OPEN TENDER DOCUMENT

More information

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO. ASSAM ELECTRICITY REGULATORY COMMISSION A.S.E.B. Campus, Dwarandhar, G. S. Road, Sixth Mile, Guwahati 781 022 e-mail aerc_ghy@hotmail.com Phone (0361) 2334442 Fax (0361) 2334432 No. AERC. 8/2002/B/01 Dated

More information

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

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

More information

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

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

More information

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. 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

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA Submission of Filled in Tender Document: Upto 1400 Hours Dtd. 02.03.15 Opening

More information

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO. ASSAM ELECTRICITY REGULATORY COMMISSION A.S.E.B. Campus, Dwarandhar, G. S. Road, Sixth Mile, Guwahati 781 022 e-mail aerc_ghy@hotmail.com Phone (0361) 2334442 Fax (0361) 2334432 No. AERC 649/2017/1 Dated

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

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td ) OPEN TENDER NOTICE Dated: 21-07-2016 Sealed quotations in single cover consisting of two inner sealed covers (containing Technical cover as Part I and price cover as Part II) super scribing the Name of

More information

BHARAT SANCHAR NIGAM LIMITED (A Government of India CHENNAI TELEPHONES CHENNAI BID DOCUMENT

BHARAT SANCHAR NIGAM LIMITED (A Government of India CHENNAI TELEPHONES CHENNAI BID DOCUMENT BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) CHENNAI TELEPHONES CHENNAI BID DOCUMENT E-TENDER for Excavation and Reinstatement of pits and Trenches for attending U/G Cable faults, Cable

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

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

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL West Bengal Tourism Development Corporation Llimited (A Govt. of West Bengal Undertaking) Udayachal Tourist lodge (1 st Floor), DG Block, Sector II, Kolkata- 700091 Phones: 033 2359 7250, Fax : 033-2359-8292

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

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

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

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

PQ Value No. Tender(Rs) (Rs.)

PQ Value No. Tender(Rs) (Rs.) NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE(Two Cover System) DT.26.09.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"

More information

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable. Bank Note Paper Mill (BNPM) India Private Limited, Mysore Invites sealed quotations for providing and supplying, of wooden storage cabinet as per the specification at BNPM at Mysore. The tender document

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

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

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated: India Government Mint, A Unit of Security Printing and Minting corporation of India Limited (Wholly owned by Government of India) D-2, Sector-1, P.O. Box No.78, Noida Pin - 201301 India CIN: U22213DL2006GOI144763

More information

BHARAT SANCHAR NIGAM LTD (A Government of India Enterprise) OFFICE OF THE SR. GENERAL MANAGER TELECOM, SANGLI

BHARAT SANCHAR NIGAM LTD (A Government of India Enterprise) OFFICE OF THE SR. GENERAL MANAGER TELECOM, SANGLI - 1- BHARAT SANCHAR NIGAM LTD (A Government of India Enterprise) OFFICE OF THE SR. GENERAL MANAGER TELECOM, SANGLI-416 416 NIT No. GMTS/TP-II/40/02/e-Tender/AMC A/C/2015-2016/19 dated at Sangli the 08/10/2015

More information

OFC LAYING & OTHER ASSOCIATED WORKS FOR CONNECTIVITY TO GSM BTS AND LEASE CIRCUIT IN NAILA DISTRICT

OFC LAYING & OTHER ASSOCIATED WORKS FOR CONNECTIVITY TO GSM BTS AND LEASE CIRCUIT IN NAILA DISTRICT BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT BILASPUR BID DOCUMENT OFC LAYING & OTHER ASSOCIATED WORKS FOR CONNECTIVITY TO GSM BTS AND LEASE CIRCUIT IN NAILA DISTRICT NIT No. W-1-1/NIT/Tender/GMTD-BIL/17-18/24

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

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

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

More information

BHARAT PETROLEUM CORPORATION LIMITED LPG BOTTLING PLANT, AHMEDABAD NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL - MATAR. Dist-KHEDA Priced Bid.

BHARAT PETROLEUM CORPORATION LIMITED LPG BOTTLING PLANT, AHMEDABAD NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL - MATAR. Dist-KHEDA Priced Bid. BHARAT PETROLEUM CORPORATION LIMITED LPG BOTTLING PLANT, AHMEDABAD NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL - MATAR Dist-KHEDA 387411. NOTICE INVITING e-tender FOR DESIGN,SUPPLY, INSTALLATION AND COMMISSIONING

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

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

2 Scope of work DESIGN, MANUFACTURING, TESTING, SUPPLY, 3 Enquiry Number 77/16/6002/ASM 4 Tender document available place

2 Scope of work DESIGN, MANUFACTURING, TESTING, SUPPLY, 3 Enquiry Number 77/16/6002/ASM 4 Tender document available place 1. NOTICE INVITING TENDER (NIT) Tender inviting Officer Mallikarjuna N /AGM-MM-BG-II Bharat Heavy Electricals Ltd. Industrial Systems Group P.B. No. 1249, IISc Post Malleswaram; BANGALORE 560 012 E-Mail

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Department/State Government Department/

More information

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT DE/OFC BG/G-17/2009-2010/ 36 Dated at Bangalore the 05-09-2009 (Date of Opening

More information

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

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

More information

BHARAT SANCHAR NIGAM LIMITED Office of the General Manager, Telecom Distt. Hamirpur(HP).

BHARAT SANCHAR NIGAM LIMITED Office of the General Manager, Telecom Distt. Hamirpur(HP). BHARAT SANCHAR NIGAM LIMITED Office of the General Manager, Telecom Distt. Hamirpur(HP). FORM NO.. Tender document for Printing and Supply of Forms Issued to: M/s.. Issued By:- SDE (HRD) O/o GMTD Hamirpur.

More information

Bank Note Paper Mill India Private Limited, Mysore

Bank Note Paper Mill India Private Limited, Mysore Bank Note Paper Mill India Private Limited, Mysore Invites sealed quotations for SUPPLY OF 3 NOS. OF WEBEX MEETING CENTER LICENSES WITH 3 YEARS VALIDITY. The tender document along with eligibility criteria

More information

PEC University of Technology, Chandigarh

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

More information

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] CIN-LI5492WB1924GOI004835

More information

BHARAT SANCHAR NIGAM LIMITED

BHARAT SANCHAR NIGAM LIMITED BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprises) O/O GENERAL MANAGER TELECOM DISTRICT, SRINAGAR (GARHWAL) (UTTARAKHAND) 246174 TENDER DOCUMENT Tender for Comprehensive Annual Maintenance

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