REQUEST FOR PROPOSAL (RFP) FOR PROCUREMENT OF 5000 UNITS OF TABLETS ( 10 SCREEN OR ABOVE ) STATE BANK OF INDIA

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) FOR PROCUREMENT OF 5000 UNITS OF TABLETS ( 10 SCREEN OR ABOVE ) STATE BANK OF INDIA"

Transcription

1 REQUEST FOR PROPOSAL (RFP) FOR PROCUREMENT OF 5000 UNITS OF TABLETS ( 10 SCREEN OR ABOVE ) STATE BANK OF INDIA REQUEST FOR PROPOSAL (RFP) NO: SBI/GITC/TOCO/ /133 Dated: STATE BANK OF INDIA TECHNOLOGY OPERATIONS CHANNEL & OTHERS STATE BANK GLOBAL IT CENTRE SECTOR-11, CBD BELAPUR, NAVI MUMBAI (MAHARASHTRA) Page 1 of 65

2 Table of Contents Para No. Subject Bid Details 1 Overview 2 Definitions 3 Purpose 4 Invitation 5 Bidder s Eligibility Criteria 6 Technical Eligibility Criteria 7 Disclaimer 8 Earnest Money Deposit (EMD) 9 Performance Bank Guarantee (PBG) 10 Bidding Document 11 Bidding Process 12 Preparation and Submission of Bids 13 Opening and evaluation of Bids 14 Award & Signing of Contract 15 Subcontracting 16 Patent Rights 17 Powers to Vary or Omit Work 18 No Waiver of Bank Rights or Successful Bidder s Liability 19 Inspection and Audit 20 Cancellation of Contract 21 Delays in the Vendor s performance in successful implementation of the project 22 Liquidated Damages 23 Termination for Default 24 Force Majeure 25 Termination for Insolvency 26 Disputes/Arbitration ( Applicable in case of successful bidder only) 27 Governing Language 28 Governing Law 29 Notices 30 Taxes and Duties 31 Bidder s Obligation 32 System Integration Testing & User Acceptance Testing 33 Training 34 Technical Documentation 35 Source Code 36 Services 37 Purchase Price 38 Delivery/Installation Schedule 39 Warranty/AMC 40 Support Requirements 41 Penalty / SLA conditions 42 Right to verification 43 Terms of Payment 44 Validity of Agreement 45 Indemnity to the Bank 46 Delay in performance of the obligation by the bidder 47 Transfer of ownership 48 Limitation of Liability 49 Confidentiality 50 Other Terms and Conditions Annexure A Bid Covering Letter Annexure B Bidder s Eligibility Criteria Annexure C Technical Eligibility Criteria Annexure D Bidder Details Annexure E Non-Disclosure Agreement Annexure F Indicative Commercial Bid Annexure G Compliance Statement Annexure H Format for Performance Bank Guarantee (PBG) Annexure I Format for Earnest Money Deposit (EMD) Annexure J Undertaking of authenticity for Hardware and Software Supplies Annexure K Bid Form (Technical Bid) Annexure L List of Local Head Offices(LHOs) Annexure M Agreement Page 2 of 65

3 BID DETAILS 1 Date of commencement of Bidding Process (Posting of Tender Document on Web Site / Publication of Tender) 2 Last date and time for receipt of written queries for clarification Date: Date: Time:5.00 PM (Written queries are to ed to inb.tender@sbi.co.in) from OEMs/Channel partners 3 Pre-bid meeting Date: Time:11 AM Venue: State Bank Global IT Centre, CBD Belapur, Navi Mumbai Last Date and Time for submission of response by bank 5 Last Date and Time for Bid Submission 6 Date and Time of Technical Bid Opening Date: Date: Time:3.00 PM Time:3.00 PM Date: Time: 4.00 PM Authorised representatives of Bidders are advised to be present during opening of Technical Bid. However, Technical Bids would be opened even in the absence of any or all of the representatives of bidders. 7 Place of opening of Bids SBI, TOCO Department, GITC, Belapur. 8 Address for communication (Bank) Dy. General Manager (TOCO), State Bank of India, Tech. Operations-Channels & Others Department, 1 st Floor, B -Wing, Global IT Centre, CBD Belapur, Navi Mumbai Contact Number: ; inb.tender@sbi.co.in; ak.patil@sbi.co.in; vasant.k@sbi.co.in ( s to be addressed to all mail IDs given here) 9 Earnest Money Deposit Rs.10 lakh in the form of Bank Guarantee (BG) in favour of State Bank of India issued by any Scheduled Commercial Bank other than State Bank of India. The bidders who exclusively deal with SBI may submit Letter of Comfort from the branches concerned in lieu of Bank Guarantee. EMD should be enclosed with Technical Bid. A format for BG is attached as per Annexure I. The Bank Guarantee should be valid for period of 12 months. 10 Bidder Contact Details 1.Name of the Company 2.Contact Person 3.Mailing address with Pin Code 4.Telephone number and Fax Number 5. Mobile Number Date of Online Reverse Auction. Date: (Tentative) Or on a subsequent date which will be communicated to such bidders who qualify in the Technical Bid. Page 3 of 65

4 1. Overview State Bank of India (herein after referred to as SBI/the Bank is having its Corporate Centre at Mumbai and other offices (LHOs/ Head Offices /Zonal Offices/Global Link Services/other offices of State Bank of India, its five associate banks (viz. State Bank of Bikaner & Jaipur, State Bank of Hyderabad, State Bank of Mysore, State Bank of Patiala and State Bank of Travancore) and other exchange companies in various locations and managed by SBI including SBI LIFE AND SBI MUTUAL FUND (collectively referred to as State Bank Group or SBG hereinafter). This RFP is issued by the Bank on behalf of SBG. The Bank proposes to invite bids from eligible bidders for Price Discovery and freezing of price for 12 months from the date of reverse auction for procurement of 5000 Tablets with one year warranty for use of the Bank s staff / authorised representatives. 2. Definitions: Definitions Throughout this RFP, unless inconsistent with the subject matter or context: 2.1Bidder/ Service Provider/ System Integrator An eligible entity/ firm submitting a Proposal/ Bid in response to this RFP. 2.2Supplier/ Contractor/ Vendor Selected Bidder/ System Integrator under this RFP. 2.3Bank/ Purchaser/ SBI - Reference to the the Bank, Bank and Purchaser shall be determined in context and may mean without limitation State Bank of India, its associate Banks and subsidiaries as mentioned above. 2.4 Proposal/ Bid the Bidder s written reply or submission in response to this RFP. 2.5RFP the request for proposal (this document) in its entirety, inclusive of any addenda that may be issued by the Bank. 2.6 Proposed product/solution/ Services/ Work/ System/Product It means Price Discovery and freezing of price for 12 months from the date of reverse auction or procurement of 5000 Tablets with one year warranty for use of Bank s staff /authorised representatives to be delivered at offices of the bank located at centres given in Annexure B, which means services to be provided as per the requirements specified in this document and any other incidental services and other obligations of the service provider covered under this arrangement. It also includes all software, hardware, services as described in the RFP and include services ancillary to it, such as installation, commissioning, integration with existing systems, provision of technical assistance, training, auditing and other obligation of the Supplier covered under the RFP. Page 4 of 65

5 3. Purpose State Bank of India is requesting proposal for procurement of product/services on behalf of State Bank of India & its five associated Banks viz. State Bank of Bikaner & Jaipur, State Bank of Hyderabad, State Bank of Mysore, State Bank of Patiala and State Bank of Travancore and non Banking Subsidiaries (SBI Capital Markets, SBICAP Securities, SBI DFHI, SBI Life, SBI cards, SBI Mutual Funds etc) hereinafter, collectively referred State Bank of India (SBI). The purpose of SBI behind this RFP is to seek a detailed technical and commercial proposal for procurement of proposed product. The proposed product must integrate with Bank s existing infrastructure seamlessly. 4. Invitation This document is meant for the exclusive purpose of bidding against the specification mentioned and shall not be transferred, reproduced or otherwise used for purpose other than for which it is specifically issued. Interested parties/bidders are advised to go through the entire document before submission of bids to avoid any chances of elimination. The bidders desirous of taking up the project for supply of proposed product for SBI are invited to submit their technical and commercial proposal in response to this RFP. The criteria and the actual process of evaluation of the responses to this RFP and subsequent selection of the successful bidder will be entirely at Bank s discretion. This RFP seeks proposal from Bidders who have the necessary experience, capability & expertise to provide SBI the proposed product adhering to Bank s requirement outlined in this RFP. This RFP is not an offer by State Bank of India, but an invitation to receive responses from the Bidders. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by duly authorized official(s) of State Bank of India with a selected Bidder. 5. Bidder s Eligibility Criteria Bid is open to all Bidders who fulfil the eligibility criteria. The bidder has to submit the details of eligibility criteria as per Annexure B. 6. Technical Eligibility Criteria: Please refer Annexure C. 7. Disclaimer Subject to any law to the contrary, and to the maximum extent permitted by law, SBI and its Directors, officers, employees, contractors, agents, and advisors disclaim all liability from any loss or damage suffered by any person acting or refraining from acting because of any information including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any omission, default, lack of care or misrepresentation on the part of SBI or any of its officers, employees, contractors, agents or advisors. 8. Earnest Money Deposit (EMD) 8.1 Bidder to submit the EMD of specified amount as Bid Security in the form of a Bank Guarantee of Rs. 10,00,000/-(Rs. Ten Lakh only) valid for 12 months (as per the format given in Annexure I) of this RFP issued by any Scheduled Commercial Bank other than SBI. The bidders who exclusively deal with SBI may submit Letter of Comfort from the branches concerned in lieu of Bank Guarantee. The bidder need to note that EMD may be forfeited in the event of withdrawal of bid during the period of bid validity or if successful bidder fails to sign the contract in accordance with the terms & conditions and other requirements specified in RFP or any act of bidder not in line with contract obligations. Page 5 of 65

6 8.2 EMD should be kept in the envelope containing technical Bid. Any bid not accompanied with the requisite EMD shall be treated as non-responsive and is liable to be rejected. 8.3 The EMD of the unsuccessful bidders will be returned as early as possible. Successful Bidder s EMD will be returned upon the bidder signing the contract and submitting the required Performance Bank Guarantee. 8.4 No interest is payable on the amount of EMD. 8.5 If EMD is forfeited for any reason, the concerned bidder may be debarred from further participation in future RFPs floated by the Bank/ procuring department as per sole discretion of the Bank. 9. Performance Bank Guarantee (PBG) 9.1 The finally selected bidder would be required to submit a Performance Bank Guarantee for an amount equivalent to 10% of contract value within 15 days of issuance of Letter of Intent by the bank. The contract value would be calculated as price of one tablet * The bank guarantee should be valid for a period of 15 months and such other extended period as the Bank may decide for due performance of the project obligations. 9.2 The Performance Bank Guarantee is required to protect the interest of the Bank against delay in supply/installation and or the risk of un-successful implementation of the project, or performance of the material or services sold, which may warrant the invoking of Bank Guarantee (BG), also if any act of the supplier results in imposition of Liquidated Damages then the Bank reserves the right to invoke the submitted Performance Bank Guarantee. 10. Bidding Document 10.1 Cost of Bidding: The Bidder shall bear all costs associated with the preparation and submission of its bid including cost of presentation(s), etc. Bank will not be responsible or liable for any costs, regardless of the conduct or outcome of the bidding process Content of Bidding Document The bidder must thoroughly study/analyse and properly understand the contents of this RFP document, its meaning and impact of that information The Bidder is expected to examine all instructions, statements, terms and specifications in the bidding document. Failure to furnish all information required by the bidding documents or submission of bid not responsive to the bidding documents in every respect will be at the Bidder s risk and may result in rejection of its bid. SBI has made considerable effort to ensure that accurate information is contained in this RFP and is supplied solely as guidelines for Bidders. At any time prior to the deadline for submission of bids, SBI may modify the bidding document by amendment/bank may make changes related to any of the part of RFP including the contents relevant to the Scope of Work to the extent, detail, and accuracy allowed by prevailing circumstances which will be made available to the bidders by way of corrigendum/ addenda. The terms of RFP and its amendment, if any will be binding on all bidders. SBI, at its discretion may extend the deadline for submission of bids in order to allow prospective bidders a reasonable time to take the amendment into account. Nothing in this RFP or any addenda is intended to relieve Bidders from forming their own opinions and conclusions in respect of the matters addresses in this RFP or any addenda Clarifications & Amendments Page 6 of 65

7 If deemed necessary the Bank may seek clarifications on any aspect from the bidder. However that would not entitle the bidder to change or cause any change in the substances of the bid already submitted or the price quoted. The bidder may also be asked to give presentation for the purpose of clarification of the bid. 11. Bidding Process 11.1 The bids shall be submitted in two separate sealed envelopes, one containing Technical Bid and other Indicative Commercial Bid, both to be submitted together in one envelope. All details with the relevant information / documents / acceptance of all terms and conditions strictly as described in this RFP will have to be submitted. In the first stage, only technical bid will be opened and evaluated. Bidders satisfying eligibility criteria and agree to comply with all terms and conditions specified in this document will be evaluated for technical specifications. Those bids that have complied to Technical bids shall be qualified for commercial bid opening and further RFP process The Bidder should be willing to participate in the online reverse auction to be conducted by Bank s authorized service provider on behalf of the Bank. Eligible Bidders will be trained by Bank s authorized service provider for this purpose. Bidders should also be willing to abide by the e-business rules for reverse auction framed by the Bank / Authorised service provider. The details of e-business rules, processes and procedures will be provided to the short-listed bidders. 12. Preparation and Submission of Bids 12.1 The bids prepared by the bidder and all correspondence and documents relating to bids exchanged by the bidder and purchaser must be written in English Vendor must provide specific and factual replies to specific questions asked in the RFP Technical bid should comprise of one hard copy and one soft copy (Word format). Hard copy of technical bid should be a complete document and placed in a sealed envelope super-scribed as Technical Bid for Price Discovery and freezing of price for one year for procurement of 5000 Tablets by SBG. The soft copy of the technical bid should be submitted on a CD sealed in an envelope marked as SOFT COPY OF TECHNICAL BID. Voluminous documents should be submitted only on CDs. These two sealed envelopes should be placed in a single sealed envelope super scribed as Technical Bid for Price Discovery and freezing of price for one year for procurement of 5000 Tablets by SBI The technical bid should consist of the following: i. Bid covering letter (Annexure-A) on bidder s letter head. ii. Earnest Money Deposit as specified in this document iii. A letter on bidder s letterhead mentioning/enclosing - a) Details of EMD submitted, technical competence and experience of the bidder b) Certifying that the period of the validity of the bid is one year from the target date of submission of bid c) Confirming that the bidder has quoted for all the items/services mentioned in the bid in their commercial bid. d) Supporting documents in respect of Eligibility Criteria as mentioned in Annexure B. Page 7 of 65

8 iv. Bidders information as per Annexure D on bidder s letter head. v. Audited balance sheets and profit and loss account statement for last three years vi. A copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign the tender document. vii. Bidder should provide detail explanation of functioning of Hardware/firmware. viii.bidder is responsible for meeting all licensing requirements as part of service requested and should provide licensing details of Software ix. Response to all points of the Technical evaluation format as per Annexure- C 12.5 Bidder should submit indicative commercial bid as per Annexure F of the bid document. Indicative Commercial bid should comprise of hard copy and placed in a sealed envelope super-scribed as INDICATIVE COMMERCIAL BID for Price Discovery and freezing of price for one year for procurement of 5000 Tablets for use by SBI The bids should be submitted in 2 separate envelopes one for Technical Bid (super scribed as Technical bid for Price Discovery and freezing of price for one year for procurement of 5000 Tablets for use by SBI.and other for Commercial Bid (super scribed as Indicative Commercial bid for Price Discovery and freezing of price for one year for procurement of 5000 Tablets for use by SBI Bid Prices The prices should be specified only in Indicative Commercial Bid (strictly on the lines of Annexure-F) Revealing of Prices The rates and/ or prices in any form or for any reasons should not be disclosed in the technical or other parts of the bid except in the commercial bid, failure to do so make the bid liable to be rejected. Before opening of commercial bid, if price revision is envisaged by the Bank, revised commercial bid may be required to be submitted in a separate sealed envelope Pre-Bid Meeting: Pre bid meeting will be held on at PM Validity of Bids Bid should remain valid for one year from date of e-reverse Auction. A bid valid for shorter period is liable to be rejected. The bidder may be required to give consent for the extension of the period of validity of the bid beyond initial one year, if so desired by the Bank in writing or by fax. Refusal to grant such consent would result in rejection of bid without forfeiture of the EMD. However, any extension of validity of bids will not entitle the bidder to revise/ modify the bid document Bid Integrity Wilful misrepresentation of any fact within the Bid will lead to the cancellation of the contract without prejudice to other actions that Bank may take. All the submission, including any accompanying documents, will become property of SBI. The bidders shall be deemed to license, and grant all rights to SBI, to reproduce the whole or any portion of their product for the purpose of evaluation, to disclose the contents of submission to Page 8 of 65

9 other bidders and to disclose and/ or use the contents of submission as the basis for RFP process Format and Signing of Bid The bidder should prepare submission as per minimum eligibility criteria, Technical Bid, Indicative Commercial Bid and other requested information All pages of the Bid document should be serially numbered and shall be signed by the authorized person(s) only. The person(s) signing the bid shall sign all pages of the bid and rubber stamp should be affixed on each page except for an un-amended printed literature. The bidder should submit a copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign the tender document Any interlineations, erasures or overwriting shall be valid only if the person(s) signing the bid sign(s) them Bid should be typed and submitted on A4 size paper [font Times New Roman 14], spirally bound securely and in serial order. Bidders responding to this RFP shall submit covering letter included with the bid and compliance certification statement required for submission of a proposal Last date of receipt of bids The bid should be addressed to the Deputy General Manager (TOCO) at the following address up to the time and date mentioned at bid details: Address Dy. General Manager (TOCO), Tech. Operations-Channels & Others Department, State Bank Global IT Centre, B Wing, 1 st Floor, CBD Belapur, Navi Mumbai In the event of the target date for the receipt of bids being declared as holiday for the Bank, the bids will be received till the target time on the next working day. The bank may at its discretion extend the bid submission date. The modified target date & time will be notified on the website of the Bank Bid Currency Prices shall be expressed in Indian Rupees only Late Submission of bids Any bid received by the Bank after scheduled date and time prescribed at Bid details will be rejected and/ or returned un-opened to the bidder at his risk and responsibility. However, the Bank reserves the right to accept /reject the bid so received at its discretion. Page 9 of 65

10 12.15 Modification and Withdrawal of Bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of period of bid validity. 13. Opening and Evaluation of Bids 13.1 Opening of Technical Bid All the Bids will be opened at the date, time & locations mentioned in the Bid Details. The technical bids will be opened in the presence of representatives of the bidders who choose to attend. However, bids may be opened even in the absence of representatives of any of the bidders Evaluation Process Preliminary examination The bids will be examined by the Bank to determine whether they are complete and whether required bid security has been furnished. A bid determined as not substantially responsive will be rejected. The Bank may, at its discretion waive any minor nonconformity or irregularity in a bid which does not constitute a material deviation. After opening of the technical bids and preliminary examinations, some or all of the bidders may be asked to make presentation on the hardware/firmware proposed to be offered by them. Any effort on the part of bidder to influence bid evaluation process or award of contract may result in the rejection of the bid. Technically qualified bidders should submit demo piece of tablet they propose to offer for testing the successful running of SBI applications Technical Evaluation Evaluation will include, scrutiny of minimum eligibility criteria (as mentioned in Annexure B) and technical information submitted as per technical bid format (Annexure C), demonstration of proposed product/services, reference calls and site visits. The bidder may highlight the noteworthy / superior features of their product. The bidder will demonstrate/substantiate all claims made in the technical bid to the satisfaction of the Bank, the capability of the product to support all the required functionalities at their cost in their lab/ office/ in any other organization where similar product is in use The evaluation will also take into account: The product supplied/services offered by the bidder to any noticeable bank in India. The bidder should furnish the details. Does the proposed product/solution handles the projected volumes and offers a proven solution to meet the requirement. Is the product/solution offered by the Bidder a complete system or does it have integrations with third party solutions. Upgrade(s) assurance by the Vendor as per requirement of the Bank for the duration of the project. Capability of the proposed product to meet future requirements not outlined in the RFP. Page 10 of 65

11 Support on open platforms and product based on latest technology (both hardware/firmware). Bidder support facilities: Support requirement like online support/ support/ offline support, time period like 24 * 7* 365 days. Bidder will support the Bank in peak days of business (month-end and start of the month) Commercial Evaluation The bidder will bid for and supply only the product that has been approved by the Bank. (The approved product will be intimated to the bidder individually through .) The envelope containing the Commercial offers of only those Bidders, who are short-listed after technical evaluation, would be opened. The online reverse auction will be conducted by the Bank or a company who have been authorized in this regard by the Bank. Reverse auction guidelines will be communicated to all short-listed bidders. The commercial offer should consist of comprehensive cost for required product. Bidder must provide detailed cost breakdown, for each and every category mentioned in the commercial bid (strictly on the lines of Annexure F). 14. Award & Signing of contract 14.1 Bank will notify successful bidder (L1) in writing by letter in duplicate or fax that its bid has been accepted. The Selected bidder has to return the duplicate copy of the same to the Bank within 7 working days, duly Accepted, Stamped and Signed by Authorized Signatory in token of acceptance The successful bidder shall be required to enter into a contract/ SLA with the Bank, within 30 days of after award of the tender or within such extended period as may be decided by the Bank along with the letter of acceptance, NDA (where applicable), BG and other terms and conditions as may be determined by the Bank to be necessary for the due performance of the work in accordance with the Bid and acceptance thereof Copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign the acceptance letter, contract and NDA should be submitted The contract/ agreement will be based on bidder s offer document with all its enclosures, modifications arising out of negotiation /clarifications etc and will include SLA, project plan phases & milestones and schedule, copies of all necessary documents, licenses, certifications etc 14.5 The Bank reserves the right to stipulate, at the time of finalization of the contract, any other document(s) to be enclosed as a part of the final contract. 15. Subcontracting:N.A. Page 11 of 65

12 16. Patent Rights 16.1 For any licensed software/firmware, if any used by the finally selected L1 Vendor for performing services or developing software for the Bank, the Vendor should have right as well right to license for the outsourced services or third party software development. Any license or IPR violation on the part of Vendor/ Subcontractor should not put the Bank at risk. The bank reserves the right to audit the license usage of the Vendor The Vendor shall, at their own expenses, defend and indemnify the Bank against all third party claims or infringement of intellectual Property Right, including Patent, trademark, copyright, trade secret or industrial design rights arising from use of the products or any part thereof in India or abroad. In case of violation/ infringement of patent/ trademark/ copyright/ trade secrete or industrial design, the supplier shall after due inspection and testing get the solution redesigned for SBI at no extra cost The supplier shall expeditiously extinguish any such claims and shall have full rights to defend itself there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the supplier shall be fully responsible therefore, including all expenses and court and legal fees The Bank will give notice to the supplier of any such claim without delay, provide reasonable assistance to the Supplier in disposing of the claim, and shall at no time admit to any liability for or express any intent to settle the claim The supplier shall grant the Bank a fully paid-up, irrevocable, non-exclusive license throughout the territory of India or abroad to access, replicate and use software provided by the supplier, including all inventions, designs and marks embodied therein perpetually. 17. Powers to Vary or Omit Work 17.1 No alterations, amendments, omissions, additions, suspensions or variations of the work (hereinafter referred to as variation) under the contract shall be made by the successful bidder except as directed in writing by Bank. The Bank shall have full powers, subject to the provision herein after contained, from time to time during the execution of the contract, by notice in writing to instruct the successful bidder to make any variation without prejudice to the contract. The finally selected bidders shall carry out such variation and be bound by the same conditions as far as applicable as though the said variations occurred in the contract documents. If any suggested variations would, in the opinion of the finally selected bidders, if carried out, prevent him from fulfilling any of his obligations under the contract, he shall notify Bank thereof in writing with reasons for holding such opinion and Bank shall instruct the successful bidder to make such other modified variation without prejudice to the contract. The finally selected bidders shall carry out such variation and be bound by the same conditions as far as applicable as though the said variations occurred in the contract documents. If Bank confirms his instructions, the successful bidder s obligations shall be modified to such an extent as may be mutually agreed, if such variation is substantial and involves considerable extra cost. Any agreed difference in cost occasioned by such variation shall be added to or deducted from the contract price as the case may be In any case in which the successful bidder has received instructions from Bank as to the requirement of carrying out the altered or additional substituted work which either then or later on, will in the opinion of the finally selected bidders, involve a claim for additional payments, such additional payments shall be mutually agreed in line with the terms and conditions of the order. Page 12 of 65

13 17.3 If any change in the work is likely to result in reduction in cost, the parties shall agree in writing so as to the extent of change in contract price, before the finally selected bidder(s) proceeds with the change. In all the above cases, in the event of a disagreement as to the reasonableness of the said sum, the decision of Bank shall prevail. 18. No Waiver of Bank Rights or Successful Bidder s Liability Neither any payment sign-off by Bank, nor any payment by Bank for acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by Bank shall affect or prejudice the rights of Bank against the finally selected bidders, or relieve the finally selected bidders of his obligations for the due performance of the contract, or be interpreted as approval of the work done, or create liability in Bank to pay for alterations/ amendments/ variations, or discharge the liability of the successful bidder for the payment of damages whether due, ascertained, or certified or not or any sum against the payment of which he is bound to indemnify Bank nor shall any such certificate nor the acceptance by him of any such paid on account or otherwise affect or prejudice the rights of the successful bidder against Bank. 19. Inspection and Audit 19.1 The Bank may, at its discretion, get the products, software s/ hardware s and services of the finally selected bidder inspected/ audited by its internal/ external inspectors/ auditors. The finally selected bidder and or his / their outsourced agents / sub Contractors, if any shall facilitate the same The selected bidder shall, whenever required, furnish all relevant information, records, and data related to the subject matter (product/services) to such auditors and or inspecting officials of the Bank/ Reserve Bank of India and or any regulatory authority. The Bank reserves the right to call for any relevant material information / report. 20. Cancellation of Contract The Bank shall have the right to cancel the contract with the selected bidder at any time during the contract period, by giving a written notice of 3 (three) months, for any valid reason, including but not limited to the following reasons: i) Laxity in following security standards laid down by the Bank ii) Excessive delay in execution of orders placed by the Bank iii) Discrepancies / deviations in the agreed processes and/or products iv) Violation of terms & conditions stipulated in this RFP 21. Delays in the Vendor s performance in successful implementation of the project Delivery of the product and performance of the services shall be made by the Vendor in accordance with the time schedule, technical specification, scope of the project and other terms & conditions as specified in the RFP/ P.O./ SLA/ Contract. Any delay in performing the obligation/ defect in performance by the supplier may result in imposition of penalty in addition to the liquidated damages, invocation of Performance Bank Guarantee and/or termination of contract (as laid down elsewhere in this document) 22. Liquidated Damages Page 13 of 65

14 If vendor fails to deliver product to the satisfaction of the Bank(as detailed elsewhere in this document/perform services within stipulated time schedule, the Bank shall, without prejudice to its other remedies under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to 1% of the order cost of that purchase order for delay of each week or part thereof maximum up to 10% of the purchase order value of that purchase order and also forfeit the Performance Bank Guarantee. Once the maximum is reached, SBI may consider termination of Contract pursuant to the conditions of contract. 23. Termination for Default 23.1 SBI may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Vendor, terminate the contract in whole or part: if the Vendor fails to deliver any or all of the systems within the period(s) specified in the Contract, or within any extension thereof granted by the Bank pursuant to conditions of contract or if the Vendor fails to perform any other obligation(s) under the Contract In the event SBI terminates the Contract in whole or in part, SBI may procure, upon such terms and in such manner, as it deems appropriate, systems or services similar to those undelivered and the Vendor shall be liable to Bank for any excess costs for such similar systems or services. However, the vendor shall continue the performance of the contract to the extent not terminated If the contract is terminated under any termination clause mentioned in this RFP, the vendor should handover all documents/ source code/ executables/ Bank s data or any other relevant information to the Bank in timely manner and in proper format as per scope of this RFP and should also support the orderly transition another vendor or to the Bank The vendor should also support the Bank on technical queries/support on process implementation or in case of software provision for future upgrades The Bank s right to terminate a contract will be in addition to the penalties mentioned in the RFP/ SLA/ Contract. 24. Force Majeure 24.1 Any failure or delay by bidder or Bank in performance of its obligation, to the extent due to any failure or delay caused by fire, flood, earthquake or similar elements of nature, or acts of God, war, terrorism, riots, civil disorders, rebellions or revolutions, acts of government authorities or other events beyond the reasonable control of nonperforming Party, is not a default or a ground for termination If Force Majeure situation arises the Vendor shall promptly notify Bank in writing of such conditions and the cause thereof. Unless otherwise agreed by SBI in writing, the Vendor shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. If the Force Majeure continues beyond 90 days, the Bank shall have right to terminate the contact and engage another vendor. 25. Termination for Insolvency SBI may at any time terminate the Contract by giving written notice to the Vendor, if the vendor becomes bankrupt or otherwise insolvent. In this event termination will be without compensation to the Vendor, provided that such termination will not prejudice or affect any right of action or remedy, which has occurred or will accrue thereafter to SBI. Page 14 of 65

15 26. Disputes/Arbitration (Applicable in case of successful bidder only) 26.1 All disputes or differences whatsoever arising between the parties out of or in connection with this contract or in discharge of any obligation arising out of the Contract (whether during the progress of work or after completion of such work and whether before or after the termination of this contract, abandonment or breach of this contract), shall be settled amicably. If however, the parties are not able to solve them amicably, either party (SBI or Vendor), give written notice to other party clearly setting out there in specific dispute(s) and/or difference(s) and shall be referred to a sole arbitrator mutually agreed upon, and the award made in pursuance thereof shall be binding on the parties. In the absence of consensus about the single arbitrator, the dispute may be referred to joint arbitrator; one to be nominated by each party and the said arbitrators shall nominate a presiding arbitrator, before commencing the arbitration proceedings. The arbitration shall be settled in accordance with the applicable Indian Laws. Any appeal will be subject to the exclusive jurisdiction of courts at Mumbai/Navi Mumbai. The Arbitrators shall state reasons in support of the Award which shall be final & binding subject to the provisions of the aforesaid Act. Language of the arbitration proceedings and that of all documents and communications between the parties shall be in English The Vendor shall continue work under the Contract during the arbitration proceedings unless otherwise directed by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator is obtained. 27. Governing language The contract and all correspondence/ communications and other documents pertaining to the Contract, shall be written in English. 28. Governing Law The contract shall be interpreted in accordance with the Indian Laws. 29. Notices Any notice given by one party to the other pursuant to this contract shall be sent to other party in writing or by Fax and confirmed in writing to other Party s address. For the purpose of all notices, the following shall be the current address: For Bank: Dy. General Manager (TOCO), Tech. Operations-Channels & Others Department, State Bank Global IT Centre, B Wing, 1 st Floor, CBD Belapur, Navi Mumbai <Telephone>(022) < > dgm.opsch@sbi.co.in, toco.cc@sbi.co.in For Vendor (To be filled up) <Address> <Fax> Page 15 of 65

16 <Telephone> < > The notice shall be effective when delivered or on the notice s effective date whichever is later. 30. Taxes and Duties The Vendor shall be entirely responsible for payment of all taxes, duties, license fees, road permits, other taxes, etc, incurred until delivery of the contracted systems to SBI (Which will be reimbursed later by the bank). 31. Bidder s Obligation 31.1 The vendor is obliged to work closely with SBI s staff, act within its own authority and abide by directives issued by SBI from time to time The Vendor is responsible for managing the activities of its personnel and will hold itself responsible for any misdemeanours on the part of its personnel The Vendor will treat as confidential all data and information about SBI, obtained in the process of executing its responsibilities, in strict confidence and will not reveal such information to any other party without prior written approval of SBI as explained under Non Disclosure Agreement in Annexure E of this document (where applicable). 32. System Integration Testing & User Acceptance Testing 32.1 The Vendor will coordinate with the bank to assist technically at respective locations in case of need for the functioning of applications proposed in this RFP. 33. Training: N.A. 34. Technical Documentation 34.1 Following documents should be delivered by the Vendor to the Bank for every firmware/software including third party software before software/ service become operational, which includes, user manuals, installation manuals, operation manuals, design documents, process documents, technical manuals, functional specification, software requirement specification, on-line tutorials/ CBTs, system configuration documents, system/database administrative documents, debugging/diagnostics documents, test procedures etc. 35. Source Code: N.A. 36. Services 36.1 All professional services necessary to successfully implement the proposed product/solution/services will be part of the RFP. These services include, but are not limited to, Project Management, Deployment methodologies etc 36.2 The bidder should submit as part of technical Bid an overview of Project Management approach of the proposed product. Page 16 of 65

17 36.3 Bidder should ensure that vendor s key personnel with relevant skill-set are available to the Bank Bidder should ensure the quality of methodologies for delivering the services and its adherence to quality standard Bidder should provide and implement patches/ upgrades/ updates for product (Hardware/ Software/ Firmware/ OS/ Middleware etc) as and when release by the Vendor/ OEM or as per requirements of the Bank during the warranty period. Bidder should bring to notice of the Bank all release/ version change Vendor should provide AMC support after the period of warranty for a period of further two years at mutually agreed prices 36.7 All products updates, upgrades & patches should be provided by the Bidder/ Vendor free of cost during warranty / ATS period Bidder should provide legally valid firmware/software solution The Bidder should keep the Bank explicitly informed the end of support dates on related products/hardware and should ensure a support during warranty /ATS period. 37. Purchase Price The total cost of product/solution (hardware equipment/ components/ software) with warranty for one year with 24x7 Comprehensive support. Total Cost of Ownership (TCO) for one year to be quoted during the commercial bidding (to be conducted through the e- procurement reverse auction route) must include all the price components as mentioned in Annexure-F Bidders should ensure that exchange rate fluctuations, changes in import duty/other taxes should not affect the rupee value of commercial bid over the validity period defined in this RFP Initially the order will be placed for total Cost of hardware, software/firmware/services/warranty. After expiry of the warranty period, a separate order will be issued for Annual Maintenance Cost (AMC), if opted. In that case, the AMC cost will be paid quarterly in arrears TDS, as applicable will be deducted at the time of payment of invoices The purchase order will be placed by the LHOs of the bank, name of LHOs given in Annexure L. 38. Delivery/ Installation Schedule: Delivery, installation & operationalisation within 4 weeks from the date of purchase order issued by LHO The delivery will be deemed complete when the products/ components/ software are received in good working condition at the designated locations, mentioned in the list of centres given in Annexure B The initial installation and configuration should be done by OEM only. Later, the day to day support after operationalization would be done by the S.I. team The installation will be deemed to be complete, when the product including all the hardware, accessories, hardware components, firmware/system software, and other software products have been supplied, installed and operationalised as per the technical specifications and all the features as per the technical specifications are demonstrated and implemented as required, on the systems, to the satisfaction of the Bank. The Bidder has to resolve any problem in hardware, system software, etc. during installation and operationalisation. In addition, vendor will supply all associated documentation relating to Page 17 of 65

18 the hardware, system software, etc. The equipments are considered accepted (commissioned and operationalised) after signing the Acceptance Test Plan (ATP) document jointly by the representative of the Bank and the engineer from the vendor. The component level checking for individual item may be included during the acceptance test. The Acceptance Test Plan document shall be deemed to form a part of the Agreement, to be signed between the vendor and the SBI. On the evaluation of the Acceptance Test results, if required in view of the performance of the product/services (including hardware equipment/ components/ software), as observed during the Acceptance Test, the Bidder shall take remedial measures including upgradation of the of any component there under, including replacement thereof, at no additional cost to the Bank within one month from the date when informed, to ensure that the product/services meets the requirements of the Bank as envisaged in the RFP In case of delay in delivery or non performance of the tablets supplied by the L1 vendor, the Bank reserves the right to procure the remaining tablets from the next lowest bidder, if he agrees to match L1 price discovered in the reverse auction, in addition to invoking any other penalty mentioned in the RFP Initially, the LHOs will place Purchase Order for 3000 tablets and for the remaining 2000 tablets, LHOs will place purchase order on or before In case performance of the tablets supplied in any tranche is not satisfactory, the Bank reserves the right to not to procure the remaining tablets from bidder The Bank reserves the right to seek functional testing of its applications on the tablets, and to verify the technical specifications of the tablets, before placing any order. 39. Warranty: The selected Bidder shall give warranty for a minimum period of one year from the date of delivery and acceptance of the systems by State Bank of India During the warranty period, the Bidder will have to undertake comprehensive maintenance of the entire product (hardware/components/ software) supplied by the Bidder at no cost to the Bank. Further, during the warranty, Bidder should provide, at no cost to the Bank, new versions, releases, upgrades, updates, etc. of all application software supplied by the Bidder. The Bidder will have to confirm the terms and conditions of warranty. During the warranty period, the Bidder should maintain the product (hardware/ software, etc.) to comply with parameters defined for acceptance criteria and the Bidder shall be responsible for all costs relating to labour, spares, maintenance (preventive and corrective), compliance of security requirement and transport charges from and to the Site (s) in connection with the repair/ replacement of the product (hardware/ equipment/ components/ software or any component/ part there under), which, under normal and proper use and maintenance thereof, proves defective in design, material or workmanship or fails to conform to the specifications, as specified Onsite comprehensive warranty for the solution would include free replacement of spares, parts, kits, resolution of problem, if any, in solution and when needed will be for 12 months from the date of activation/ operationalisation of tablets or for 15 months from the date of delivery, whichever is earlier Warranty would be comprehensive in nature and must have back to back support from the OEM. Undertaking on the lines of Annexure-J of this RFP document is required to be submitted by the vendor, duly endorsed by the OEM that in case vendor fails to provide services then OEM shall provide the same at no extra cost, to the satisfaction of the Bank. The vendor will warrant product against defect arising out of faulty design, materials, etc. for the specified period. The vendor will provide support for operating systems and other pre-installed software components/system software during the specified period of the hardware on which these software and operating system will be installed. The vendor shall repair or replace worn out or defective parts including all plastic parts of the equipment at his own cost including the cost of transport. Page 18 of 65

19 39.6 In the event of system break down or failures at any stage, protection should be available, which would include the following : Diagnostics for identification of systems failures Protection of data/ Configuration Recovery/ restart facility Backup of system software/ Configuration 40. Support Requirements: 24*7*365 days online or telephonic support facility. Bidder should ensure the following: Bidder support staff should be well trained to effectively handle queries raised by the Bank customers/employees. Escalation matrix should be made available to the Bank at least once in each quarter and each time the matrix changes. 41. Penalty/SLA conditions: 41.1 In the case of any break down / malfunctioning of hardware, hardware components, accessories, system software, etc., the relevant defect should be attended to within 24 hours of the receipt/ notice of the complaint & resolved within 48 hours i.e. the total resolution time inclusive of response time will be 48 hours. Failing to do so, penalty will be levied in case of every event of breakdown/ defect/ malfunctioning of hardware, hardware components, accessories, system software, due to patch downloads/ uploads, software upgrades or for any reason, beyond the range of 48 hours as follows:- Sl No. Period of delay # Penalty Amount* 1 >48 hours up to 96 hours Rs. 100/- per 24 hours or part thereof 2 >96 hours up to 144 hours Rs. 200/- per 24 hours or part thereof 3 >144 hours Rs. 400/- per 24 hours or part thereof 42.3 Performance Criteria/ SLA: by signing this RFP, the bidder agrees that if the product/solution provided by the bidder does not meet the performance SLA prescribed by the Bank the bidder would be liable for non performance SLAs. 42. Right to Verification: The Bank reserves the right to verify any or all statements made by the Bidder in the tender document and to inspect the Bidder s facility, if necessary, to establish to its satisfaction about the Bidder s capacity to perform the job. 43. Terms o Terms of Payment : 100% of the total cost after delivery successful activation, testing, operationalisation and acceptance of the tablets (HW+SW) or after 90 days of delivery of the tablets if the activation is delayed by the Bank. Payment will be made by the office which places the purchase order. 44. Validity of agreement: The agreement/ SLA will be for a period of one year inclusive of the warranty period. SBI reserves the right to terminate the agreement as mentioned elsewhere in this document. Until the agreement/ SLA is executed, the terms and Page 19 of 65

Dy. General Manager (IT-INB), INTERNET BANKING Department, State Bank Global IT Centre, D Wing, Third Floor, CBD Belapur, Navi Mumbai

Dy. General Manager (IT-INB), INTERNET BANKING Department, State Bank Global IT Centre, D Wing, Third Floor, CBD Belapur, Navi Mumbai REQUEST FOR PROPOSAL FOR PROCUREMENT OF SERVICES FOR Printing & Dispatch of Personalized, PIN Mailers and Pre-Printed Kits For Internet Banking IN GENERAL TEXT FOR STATE BANK GROUP Ref: SBI/GITC/ IT-Internet

More information

Dy. General Manager (IT-MB), MOBILE BANKING Department, State Bank Global IT Centre, B Wing, First Floor, CBD Belapur, Navi Mumbai

Dy. General Manager (IT-MB), MOBILE BANKING Department, State Bank Global IT Centre, B Wing, First Floor, CBD Belapur, Navi Mumbai REQUEST FOR PROPOSAL FOR PROCUREMENT OF BULK SMS SERVICES IN GENERAL TEXT FOR STATE BANK GROUP Ref: SBI/GITC/ IT-MOBILE BKG/2015-16/199 DATED14.10.2015 Dy. General Manager (IT-MB), MOBILE BANKING Department,

More information

REQUEST FOR PROPOSAL FOR PROCUREMENT OF BACKUP MPLS CONNECTIVITY SERVICE FOR BANK S FOREIGN OFFICES & DATA CENTRES IN INDIA

REQUEST FOR PROPOSAL FOR PROCUREMENT OF BACKUP MPLS CONNECTIVITY SERVICE FOR BANK S FOREIGN OFFICES & DATA CENTRES IN INDIA REQUEST FOR PROPOSAL FOR PROCUREMENT OF BACKUP MPLS CONNECTIVITY SERVICE FOR BANK S FOREIGN OFFICES & DATA CENTRES IN INDIA Ref: SBI/GITC/NW&C/2016-17/364: dated 20.03.2017 Networking & Communication Department,

More information

Dy. General Manager (PE-II), Platform Engineering-II Dept. State Bank Global IT Centre, A Wing, First Floor, CBD Belapur, Navi Mumbai

Dy. General Manager (PE-II), Platform Engineering-II Dept. State Bank Global IT Centre, A Wing, First Floor, CBD Belapur, Navi Mumbai REQUEST FOR PROPOSAL FOR PROCUREMENT OF BULK SMS SERVICES (HIGH PRIORITY CATEGORY) IN GENERAL TEXT FOR STATE BANK GROUP Ref: SBI/GITC/PE-II/2018/2019/474 dated: 11/04/2018 Dy. General Manager (PE-II),

More information

REQUEST FOR PROPOSAL FOR SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE SYMANTEC ENDPOINT ANTIVIRUS SOLUTION FOR

REQUEST FOR PROPOSAL FOR SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE SYMANTEC ENDPOINT ANTIVIRUS SOLUTION FOR REQUEST FOR PROPOSAL FOR SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF SYMANTEC ENDPOINT ANTIVIRUS SOLUTION FOR DATA CENTRE, DISASTER RECOVERY SITE AND BRANCHES RFP NO:RC.NO.TDR 2/2018/RMFL Date:

More information

REQUEST FOR PROPOSAL FOR PROCUREMENT, OF HARDWARE for AML/CFT Project. Ref: SBI/GITC/TECHOPS/ /428 dated : 07/10/2017

REQUEST FOR PROPOSAL FOR PROCUREMENT, OF HARDWARE for AML/CFT Project. Ref: SBI/GITC/TECHOPS/ /428 dated : 07/10/2017 REQUEST FOR PROPOSAL FOR PROCUREMENT, OF HARDWARE Ref: SBI/GITC/TECHOPS/2017-18/428 dated : 07/10/2017 IT- Special Project-II SBI Global IT Centre, 2 nd Floor C Wing CBD Belapur, Navi Mumbai, Maharashtra

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

Terms and Conditions of Outward Interbank Giro System and Automated Payment System Plus

Terms and Conditions of Outward Interbank Giro System and Automated Payment System Plus Terms and Conditions of Outward Interbank Giro System and Automated Payment System Plus 1 Definitions In these Terms and Conditions, unless the context requires otherwise:- APS+ means the Bank s Automated

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

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

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

More information

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF BRANDED EXAMINATION ANSWER BOOKLETS, FOLDERS AND ENVELOPES TUK/04/2018/2019 ALL TENDERERS ARE ADVISED TO

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

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD)

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD) RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD) RFP No. IT/10/ 13 Date: 29/03/2016 IMPORTANT DATE: LAST DATE FOR SUBMISSION OF QUOTES: 15 th April, 2016 State Bank of India (SBI), Bangladesh

More information

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

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

More information

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

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

REQUEST FOR PROPOSAL For Food Plaza for Leasing

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

More information

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

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

More information

General Terms of Contract

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

More information

Trócaire General Terms and Conditions for Procurement

Trócaire General Terms and Conditions for Procurement Trócaire General Terms and Conditions for Procurement Version 1 February 2014 1. Contractors Obligations 1.1 The Contractor undertakes to perform its obligations arising from this Agreement with due care,

More information

UV-Visible Spectrophotometer

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

More information

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/ TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/2016-2017 CLOSING/OPENING DATE: TUESDAY 4 TH April, 2017 AT 11.00AM University of Eldoret -2017

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

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/ Kenya Literature Bureau Tender Document For Book Binding Glue ------------------------------------------------ TENDER NO: KLB/T/04/2016-2017 CLOSING DATE 12-5-2016 TABLE OF CONTENTS SECTION I INVITATION

More information

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

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

More information

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

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

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

More information

GENERAL TERMS AND CONDITIONS 1. Term: This Contract will apply from the Commencement Date and will continue until further notice unless this Contract

GENERAL TERMS AND CONDITIONS 1. Term: This Contract will apply from the Commencement Date and will continue until further notice unless this Contract GENERAL TERMS AND CONDITIONS 1. Term: This Contract will apply from the Commencement Date and will continue until further notice unless this Contract is terminated in accordance with its terms. 2. Supply:

More information

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

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

More information

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

General Manager (IT) LIC Housing Finance Ltd. 45/47, 2nd Floor, Bombay Life Building, V.N. Road, Fort Mumbai

General Manager (IT) LIC Housing Finance Ltd. 45/47, 2nd Floor, Bombay Life Building, V.N. Road, Fort Mumbai Quotation for Renewal of License for EMC Networker Backup Software Ref: LICHFL/CO/IT/2016-17/T-001 22-Apr-2016 Closed quotations are invited for Renewal of License for EMC Networker Backup Software. Quotes

More information

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

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

More information

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

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

More information

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

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

More information

Conditions of Contract for Purchase of Goods and Services

Conditions of Contract for Purchase of Goods and Services Conditions of Contract for Purchase of Goods and Services DOCUMENT GOVERNANCE Policy Owner Head of Procurement Effective date 1 March 2017 This policy will be reviewed every six months. CONTENTS 1. DEFINITIONS

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

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

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

More information

Request for Proposal (RFP) For Selection of Vendor for Data Cabling in branches in our region

Request for Proposal (RFP) For Selection of Vendor for Data Cabling in branches in our region Request for Proposal (RFP) For Selection of Vendor for Data Cabling in branches in our region Bank of Baroda, Regional Office, NTI Campus, Lodhipur, Shahjahanpur UTTAR PRADESH - 242001 RFP Reference No.

More information

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

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

More information

COMMERCIAL TERMS AND CONDITIONS

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

More information

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

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

More information

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

THE TECHNICAL UNIVERSITY OF KENYA

THE TECHNICAL UNIVERSITY OF KENYA 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR TENDER FOR PRINTING OF EXAMINATION BOOKLETS, FILE FOLDERS AND ENVELOPES TUK/T/05/2016-17 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER

More information

NATIONAL BIOSAFETY AUTHORITY

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

More information

Tender. for. Indian Institute of Technology Jodhpur

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

More information

For Network & Telecom Managed Services

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

More information

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

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

More information

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE KENYA CEREAL ENHANCEMENT PROGRAMME CLIMATE RESILIENT AGRICULTURAL LIVELIHOODS WINDOW (KCEP-CRAL) TENDER FOR SUPPLY, AND

More information

RFP for deployment and implementation of Disk based Backup & Archival solution

RFP for deployment and implementation of Disk based Backup & Archival solution Request For Proposal for deployment and implementation of Disk based Backup & Archival solution RFP Reference No: NPCI/RFP/2017-18/IT/12 dated 13.03.2018 National Payments Corporation of India Unit no.

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

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

ALLAHABAD BANK ZONAL OFFICE, BAHRAICH

ALLAHABAD BANK ZONAL OFFICE, BAHRAICH ALLAHABAD BANK ZONAL OFFICE, BAHRAICH DATED: 12.12.2017 NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF SMF BATTERIES FOR UPS SYSTEMS IN BRANCHES/OFFICES UNDER ZONAL OFFICE BAHRAICH 1 NOTICE INVITING

More information

Terms & Conditions. Building Efficiency, UK & Ireland

Terms & Conditions. Building Efficiency, UK & Ireland THIS CONTRACT The contract between us is subject to our standard terms and conditions of sale and may be subject to special terms set out and described as such on any quotation. Unless previously withdrawn,

More information

MINOR SERVICES AGREEMENT FORM

MINOR SERVICES AGREEMENT FORM Agreement Title: Agreement for Agreement Date: Contractor: Address: This Agreement is comprised of: (i) (ii) (iii) (iv) the Minor Services Schedule 1 Special Conditions; Schedule 2 Terms and Conditions;

More information

Section IV. General Conditions of Contract

Section IV. General Conditions of Contract Section IV. General Conditions of Contract 1. Definitions 1.1. In this Contract, the following terms shall be interpreted as indicated: (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) The Contract means

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

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF COFFEE SEEDLINGS TENDER NO: CGN/MOALF/A/013/2015-2016 Instruction to Tenderers Agreement Annexes DECEMBER 2015 COUNTY

More information

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for

More information

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 ENERGY REGULATORY COMMISSION 1ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD, UPPERHILL P.O. Box 42681 00100

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

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

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

More information

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

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

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

More information

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

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

More information

RFP NO : ITS/2018/394 Dated 07 /07/2018

RFP NO : ITS/2018/394 Dated 07 /07/2018 STATE BANK OF INDIA, LOCAL HEAD OFFICE, DELHI REQUEST FOR PROPOSAL FOR (i) EMPANELMENT OF VENDORS FOR FACILITY MANAGEMENT SERVICES FOR PROVIDING SUPPORT OF NETWORK MAINTENANCE, VC,EPABX FOR DELHI CIRCLE

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

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM) Signed for (all pages) on behalf of SUPPLIER and hereby warrants that (s)he is duly authorised to sign and accept this complete GTCCCSM, consisting of 9 (nine) pages and all it Appendices, on behalf of

More information

STANDARD TERMS AND CONDITIONS OF SALE

STANDARD TERMS AND CONDITIONS OF SALE 1. Sale And License STANDARD TERMS AND CONDITIONS OF SALE 1.1 Controlling Conditions of Sale. All purchases and sales of Products, including all parts, kits for assembly, spare parts and components thereof

More information

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/012/2016-2017 TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups) CLOSING

More information

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS CHEMELIL SUGAR COMPANY LIMITED TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS YEAR: 2011/2012 TENDER NO: CSCL/T/2011-2012/7 Table of Contents Page Section A INVITATION FOR TENDERS 3 Section B GENERAL

More information

Supply and Installation of A3 Size Scanner

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

More information

Tender. For. Scrub Stations

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

More information

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

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

More information

Indian Institute of Information Technology Pune

Indian Institute of Information Technology Pune Indian Institute of Information Technology Pune A/P: Sadumbre, Tal: Maval, District: Pune. Dr. Anupam Shukla Website: www.iiitp.ac.in email: director.iiitp@gmail.com Director Phone: 0211-4257000 Ref. No:IIITP/Account/Tender/CA

More information

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

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

More information

TECHNOLOGY CONSULTING AGREEMENT

TECHNOLOGY CONSULTING AGREEMENT TECHNOLOGY CONSULTING AGREEMENT This Technology Consulting Agreement (the Agreement ) is made and entered into as of the last date executed below (the Effective Date ) by and between Central Nine Career

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

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

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

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

More information

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

SPECIFICATIONS FOR TENDER FOR MINISTRY OF POWER WEB SITE MAINTENANCE AND UPDATION

SPECIFICATIONS FOR TENDER FOR MINISTRY OF POWER WEB SITE MAINTENANCE AND UPDATION ANNEXURE SPECIFICATIONS FOR TENDER FOR MINISTRY OF POWER WEB SITE MAINTENANCE AND UPDATION :::::::::: Introduction Ministry of Power has its web site on the Internet at http://powermin.nic.in (alias powermin.gov.in)

More information

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS ICON DRILLING ABN 75 067 226 484 PURCHASE ORDER TERMS & CONDITIONS Acceptance of this offer is subject to the terms and conditions of this Agreement. Acceptance of materials, work or services, payment

More information

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 11/03/2016. For Supply of

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 11/03/2016. For Supply of - 1 - Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/2015-16/1299 Dated: 11/03/2016 For Supply of Desktop PCs, MS-Office 2016 Std, Colour Laser Printer (network), Printer (network) Multi-functional At

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

SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY

SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY THIS SUPPLY AGREEMENT (the Agreement ) is made on the applicable dates

More information

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

More information

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ]

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] AMONG (1) REGIONAL TRANSPORTATION DISTRICT (RTD); (2) DENVER TRANSIT PARTNERS, LLC, a limited liability company

More information

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491) ITI LIMITED Phone: (0491)2566010(4 Lines) Palakkad Plant, Kanjikode West PALAKKAD 678 623 (0491) 2511330 KERALA -INDIA E-Mail : pur1_pkd@itiltd.co.in ---------------------------------------------------------------------------------------------------------------------------

More information

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE 1 Contract Formation: These Terms and Conditions of Purchase (the "Terms and Conditions") apply to any purchases by Prufrex USA, Inc., its subsidiaries,

More information

CONSULTANCY SERVICES AGREEMENT

CONSULTANCY SERVICES AGREEMENT DATED 2010 [INSERT NAME OF CUSTOMER] (Customer) CAVALLINO HOLDINGS PTY LIMITED ACN 136 816 656 ATF THE DAYTONA DISCRETIONARY TRUST T/A INSIGHT ACUMEN (Consultant) CONSULTANCY SERVICES AGREEMENT Suite 5,

More information

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

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

More information

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG TENDER NO:CGM/ONT/024/2015-2016 CLOSING DATE: 11 TH APRIL 2016 AT 10.00 A.M TABLE OF CONTENTS PAGE INTRODUCTION..

More information

MECON LIMITED A Government of India Enterprise

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

More information

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF Janata Bank Limited Divisional Office, Cumilla. Rajgonj Road,Chatipatty,Cumilla. Phone-081-72492, 72607, 76404. Fax-081-72608 Email: comilla@janatabank-bd.com Website: www.janatabank-bd.com Procurement

More information

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

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

More information