Pawan Hans Ltd (A Govt. of India Enterprise)

Size: px
Start display at page:

Download "Pawan Hans Ltd (A Govt. of India Enterprise)"

Transcription

1 Pawan Hans Ltd (A Govt. of India Enterprise) TENDER NO: PHL/CO/MKT/4817/83 FOR APPOINTMENT OF GENERAL SALES AGENT ( GSA ) FOR CHARTER OF PAWAN HANS HELICOPTERS ON WET LEASE Pawan Hans Tower, C-14, Sector-1, NOIDA, Uttar Pradesh India Phone: ; Fax:

2 INDEX Sr. No. Contents Annexure Page No. 1 Notice Inviting Tender A Instructions to Bidders B Technical Bid Information C 10 4 Technical Eligibility Criteria D Financial Bid E 14 6 Preparation of Bid F Instructions for E-Tendering G 21 8 Compliance to Bid H 22 9 Bid Forwarding Letter I Details of Similar Experience J Check List K Integrity Pact L PHL Charter Rates M

3 Annexure - A PAWAN HANS LIMITED NOTICE INVITING TENDERS APPOINTMENT OF GENERAL SALES AGENT FOR PAWAN HANS 1. Pawan Hans Limited, a company constituted under the Indian Companies Act 1956, with its registered office at Safdarjung Airport, New Delhi , India, operates as PAWAN HANS (hereinafter called the Employer or Pawan Hans ) as a National Helicopter Operator. The Employer operates helicopters within India, and has major operations & maintenance bases at Mumbai, New Delhi, Chennai & Kolkata. The Employer is interested in appointing one General Sales Agent (GSA) with offices at Delhi, Mumbai, Chennai and Kolkata. 2. The scope of the work (hereinafter referred to as Works ) for the GSA shall be as detailed under the Bid documents. 3. The bidders (hereinafter referred to as Bidders/Applicants ) who have experience in similar Works and have established organization for taking up such Works and who satisfy the qualification criteria of Bid Documents, need only apply. 4. The Employer invites bids through e-tender in Single stage under two bid system i.e. the Technical and Financial Bid. The bidding process shall involve the opening of the General Information and Eligibility Criteria (collectively referred to as Technical Bid ) and thereafter opening of the Selection criteria (referred to as Financial Bid ). For the bid submission purposes, the Bidders shall ensure that each of the aforesaid bids should be submitted through e-portal as per details provided at Instructions to Bidders for e-tendering. 5. All relevant supporting documents attached with the said bids should be duly signed by the Bidder. In case the bids are not accompanied by any or all supporting documents, the bid shall be liable to be rejected. 6. Tender schedule and brief details are as follows : Bid Document No. Mode of tendering/submission of Bid Availability of Tender document Pre Bid Meeting Due date and time for submission of Bids PHL/CO/MKT/4817/83 Through e-tender (https. (Physical Bids will not be accepted) From 1 st October, Hours on 9 th October, 2015 at PHL, Corporate Office, C-14, Sector-1, Noida (Uttar Pradesh) Upto 1500 hours on 30 th October,

4 Date and time for opening of Un-Priced bid (Technical Bid) Date and time for opening of Priced bid ( Financial Bid) Tender Fee Tender processing Fee Contract Period Bid Validity Upto 1530 hours on 30 th October, 2015 To be notified to shortlisted bidders separately. Rs.5000/- to be paid through NEFT in favour of Pawan Hans Ltd. as details mentioned under Para-7 below. As per Instructions to bidders to E-Tendering attached at Annexure-G One year extendable for another one year with same rates, terms and conditions subject to satisfactory performance of GSA. 60 days from the date of opening of Technical Bid 7. A complete set of bidding documents are available online on the website of Pawan Hans at All bidders must deposit Earnest Money Deposit of Rs.10,00,000/- (Rupees Ten Lakhs only) through NEFT in Pawan Hans accounts as per following details failing which the Bid will be summarily rejected. Bidders should attach the scanned copy of NEFT confirmation in the Technical Bid. Unsuccessful Bidder's EMD will be discharged and/or returned. EMD of the successful bidder will be retained by the employer towards Performance Security for entire validity period of empanelment. No interest will be paid on performance security. Name of Account : Pawan Hans Limited Banker's Name ; Punjab National Bank Branch Address: C-14, Sector-1, Noida (UP ) Current Account No. : RTGS/NEFT/IFS CODE: PUNB EMD shall be forfeited as pre-estimated damages, without prejudice to any other right or remedy that may be available to Pawan Hans under the bid document or the contract or otherwise, under any of the following conditions: a) If the tender is withdrawn during the validity period or any extension thereof. b) If the tender is varied or modified in a manner not acceptable to Pawan Hans during the validity or extension of the validity duly agreed by the bidder or after issue of LOI by Pawan Hans and prior to signing of contract. c) If the successful bidder is seeking modifications to the agreed terms and conditions after issue of LOI. d) Bidder is required to furnish the complete and correct information / documents required for evaluation of their bids. If the information / documents forming basis of evaluation or any other financial documents is found to be false / forged, the same shall be considered adequate ground for rejection of the Bids and forfeiture of Bid Bond. e) In case, the information / document furnished by the bidder/party forming basis of evaluation of his bid is found to be false /forged after the award of the contract, 4

5 Pawan Hans shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such bidder/party without any prejudice to other rights available to Pawan Hans under the contract such as forfeiture of Bid Bond, withholding of payment etc. f) In case this issue of submission of false document comes to the notice after execution of work, Pawan Hans shall have full right to forfeit any amount due to the Bidder/Party along with forfeiture of Bid Bond furnished by the bidder. g) Further, such bidder/party shall be blacklisted for future business with Pawan Hans. h) In case after price bid opening the selected bidder, is not awarded the job for any mistake committed by him in bidding or withdrawal of bid or varying any term in regard thereof leading to retendering, Pawan Hans shall forfeit Bid Bond paid by the bidder and such bidders shall be debarred from participation in future business with Pawan Hans. 9. Performance Security In the event of GSA failure to meet the contractual obligations, PHL will be at liberty to terminate the contract with a notice of three months and forfeiture of Performance Security. 10. A Pre-bid conference is scheduled on 9 th October, 2015 at 1100 HRS. IST at Pawan Hans, Corporate Office, C-14, Sector-1, Noida (UP) All queries of Bidders will be clarified therein and all tender terms and conditions will be frozen in the prebid conference. In case bidders have any queries, they may forward the same to PHL at the given address mentioned above latest by 7 th October, The Technical Bids will be opened in the presence of the Committee of Pawan Hans appointed by competent authority. 12. The Financial Bids of only those bidders who fulfill all the Technical bid criteria will be opened. 13. The Employer reserves the right to accept or reject any bid without assigning any reason whatsoever and to annul the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the Employer s action. 14. The Employer has the right to amend and/or re-issue the bid document without the applicant(s)/bidder(s) having any right to object to such reissue. 15. Bidders may obtain any further information/clarification regarding the tender from Incharge (Marketing), C-14, Sector-1, Noida (Telephone , fax

6 16. The Employer shall endeavour to provide clarifications and such further information as it may, in its sole discretion, considered appropriate for facilitating a fair, transparent and competitive bidding process. However, the Employer reserves the right not to respond to any question or provide any clarification, in its sole discretion, and nothing contained herein shall be taken or read as compelling or requiring the Employer to respond to any question or to provide any clarification. Incharge (Marketing), C-14, Sector-1, Noida Telephone , Fax E.mail : incharge.mktg@pawanhans.co.in Date : 1 st October,

7 Annexure - B Pawan Hans Limited INSTRUCTIONS TO BIDDERS General Scope of Works: Pawan Hans desires to appoint General Sales Agent having offices in Delhi, Mumbai, Chennai & Kolkata for deployment of Pawan Hans helicopters with 3 rd Party on short term charter (upto 03 months) basis. Details of helicopters available for charters are as follows: Bell 206L4 Bell 407 AS 350B3 Dauphin SA 365N 02 Nos. 02 Nos. 02 Nos. 02 Nos. GSA may deploy the helicopters for short terms charters at PHL rates attached at Annexure- M. These rates are applicable upto 20 hrs per month of utilisation by selected GSA. GSA will be entitled to a discount of 5% in standard hourly rates of PHL for hrs utilized above 20 hrs in a month. The contract period of appointment of GSA is one year extendable for another one year with same rates, terms and conditions subject to satisfactory performance of GSA. This Notice Inviting Tender is to appoint one General Sales Agent for utilizing his services for deploying Pawan Hans Helicopters on short term charter basis (upto 03 months) with 3 rd Party in India for operations as per DGCA regulations and other applicable State laws. Agent should essentially have offices at the Delhi, Mumbai, Kolkata & Chennai Region(s) for appointment. 7

8 General Terms and conditions 1. The Agent shall be liable to comply with all rules and regulations of DGCA, India, local laws and other regulations, which are in vogue or will become applicable in future. 2. No arms are permitted to be carried on board in civil operations as per DGCA regulations in India. Operations will be carried out by the charterers as per Civil Aviation Regulations and local laws. 3. Permission for landing/ takeoff at any place other than a functional Airport, if required, is to be obtained from Dist. Magistrate/SSP/local authorities by Agent. Agent is also required to provide mandatory facilities at landing areas other than airports i.e at helipads as per DGCA rules & regulation such as passenger facilitation, medical/ambulance, firefighting, windsock/smoke candle, helipad with H marked etc and permission for landing at the respective helipads fro State authorities/dgca. 4. The arrangement for the safety/ security of the helicopter at locations other than Airports through local administration is also required to be done by Agent. Further, positioning of fuel (ATF) at the designated place, if required, will be done by Agent at its cost. 5. All Airport charges (landing, parking, navigation, RNFC etc), handling charges, flight planning etc as applicable will be borne by Agent. Ground handling related arrangement/ payment to respective agencies at airport(s) as applicable to be made by Agent. 6. The Agent shall be responsible for proper maintenance of all Registers, Records and Accounts so far as these relate to the compliance or any statutory provisions/ obligations as per the Central and State Government laws and provisions in force. The agent shall be responsible for maintaining record pertaining to the aforesaid Act. 7. The helicopter will be provided by Pawan Hans to the Agent, if available at the time of the requirement and subject to weather, clearances from Regulatory authorities. 8. Full advance payment plus 10% extra based on expected hourly flying and number of days helicopter hired is to be deposited. The advance payment should be made by RTGS only in favour of Pawan Hans Limited, payable at Delhi. However, the final billing will be done after the commitment based on actual flying/number of days hired and balance amount, if any, shall be refunded/payable. 8

9 Cancellation Policy The following policy for cancellation of booking of helicopter charter shall be followed and the amount of full refund/partial refund, as the case may be, shall be returned to the agent. S.No Time of Cancellation Amount of Refund a. More than 48 hrs. prior to the departure schedule of Helicopter from main base Full Refund b hrs. No Refund c. Cancellation due to weather If flight cancelled due to bad weather, the hours flown and other operational expenditure will be charged. e. Booking cancelled by Operator Full advance refund. f. No Show by Charter Agency No Refund. Eligibility Criteria Bidders/applicants should fulfill all eligibility criteria in order for their applications/bids to be processed further. The bidders/applicants should provide the information/documents under the respective fields at Annexure-C & D. The documents of applicants/bidders, who do not fulfill even one of the eligibility criteria listed below, shall be rejected. For determining the eligibility of applicants for their pre-qualification hereunder, the following shall apply: The applicant should be a single entity and should either be a company or a partnership firm. However, no applicant applying individually can be member with another applicant. The applicant entity should be a aircraft operator or a company registered as air charter agency or as tour operator registered with IATA or as travel agent registered with TAAI with 03 (three) years of experience in aircraft operations/ handling air charters in civil aviation in India and should have handled at least five air charters in last 03 years. The applicant should not have been in loss for the last 3 (three) consecutive years. (Attach audited financial statements along with the auditor s report for the past 3 years). The annual average turnover of the applicant should be at least Rs.5.00 crores for last three years ( , & ). The applicant should not have been into any kind of legal dispute or arbitration in the past five years. 9

10 Technical Bid Bid Document Annexure - C Technical Bids Each applicant/bidder shall provide the following information/details/document pertaining to the following particulars: Basic mandatory information: Technical Bid Sr. No. Details 1. Name of the organization 2. What is the principal business of your Organization? 3. Names of your Directors/Partners with addresses and contact details. 4. Full address of your organization along with the contact details of the person submitting the bid on behalf of your organization ( ID, alternate ID, telephone numbers, mobile phone number) 5. Date of establishment of your organization 6. Is your organization owned by any other Organization? Give the name of the owners of your organization. 7. Have any partners, officers/ directors/ employers having authorization to act and sign on behalf of your organization, been involved in Bankruptcy proceedings? If yes, are they now legally and fully discharged of their obligations by the court involved? 8. Attach photographs of the exterior and interior of your office. 9. Please advise your estimate of the total annual sales potential for the India market for your territory. 10. Provide the details of your bank account, your bankers and their addresses 11. Validity of Bid 60 days from the date of opening of Technical Bid. Signature of the Applicant 10

11 Technical Eligibility Criteria Annexure - D S.No. Description Details Evidence Attached 1. Type of the Firm/Company : (A): Pvt. Ltd./Public Limited/ PSU/ Operator (B):Proprietorship/Partnership/Cooperative Unit (C) Other (YES/NO) 2. Date of Establishment of Firm 3. Whether bidders is: A. Aircraft Operator B. Air Charter Agency C. Tour Operator D. Travel Agent 4. Address of Bidder s Offices in : (A) Delhi (B) Mumbai (C) Chennai (D) Kolkata 5. Details of NSOP (if applicable) 6. Details of Registration as Air Charter Agency (if applicable) 7. Details of Membership of IATA / TAAI (if applicable) 8. Total Experience in no of years in air chartering as aircraft operator/ air charterer or Travel & Tour Operators 11

12 9. Details of experience in aircraft operations/ handling air charters in civil aviation in India and should have handled at least five air charters in last 03 years as per Annexure J. 10. Whether bidder has been in loss during the three consecutive years? 11. Audited Annual Average Turnover only from for last three years: Whether bidders have been into any kind of legal dispute or arbitration in the past five years? 13. Total Firms Strength AS ON 31/8/ Previous Work Experience. 15. Registration with various State Govt. departments/authorities: (A): Service Tax Registration No. ( B) PAN/GIR NO. (C ) Income Tax Clearance Certificate 16. Performance cum Experience Certificate from established Private Firms/ PSU/Govt. Deptt./ MNC 17. Availability of Machines and Equipments : (A): PCs (Specify the number) (B):Printers (Specify in number) 18. Acceptance to PHL Terms & Conditions of this NIT. 19. Remittance of EMD in required mode of Rs.10,00,000 as per Tender Offer 20. Organization Chart of the Bidder showing delegated authority i.e. Channel of 12

13 Reporting showing Name & Contact Mobile & Landline Nos. & IDs of Key Personnel such as Owner/ MD/ Directors/ CEO/ GMs/ Heads of Travel/ Finance etc. 21. Integrity Pact signed is attached 13

14 Annexure - E Financial Bid Name of the applicant: Dated: Selection Criteria ( Financial Bid ) : Please note: The financial bid of only those applicants shall be considered who meet all the eligibility criteria. The applicant who quotes the Highest Premium in percentage as per Financial Proforma shall be eligible for award of contract as General Sales Agent. Bidder quoting Highest Premium in percentage on PHL charter rates will be shortlisted as authorized General Sales Agent of PHL for deployment of PHL helicopters. Premium in % (percentage) offered by Bidder Signature of the applicant 14

15 Preparation of Bids Annexure-F 1. Language of Bid The bid, and all correspondence and documents related to the bid exchanged by the applicant/bidder and the Employer shall be written in the English language. Supporting documents and printed literature furnished by the applicant/bidder may be in another language provided they are accompanied by an authenticated translation of the relevant passages in the above stated language, in which case, for purposes of interpretation of the bid, the English translation shall prevail. 2. Documents Comprising the Bid The bids should be submitted as in two parts, which comprise the following documents: Part-I Technical Bid i) Earnest money deposit (EMD) for an amount of Rs.10,00,000/- as specified in the Invitation for Bids (IFB) and in the form specified. ii) The basic mandatory information and eligibility criteria (technical bid) with all necessary supporting documents/ material / information required to be submitted in accordance with the technical bid. Part-II Financial Bid Bidder/Agent quoted the Higher Premium as mentioned in the selection criteria (Financial Bid) above may become Highest (H1) bidder. 3. Deadline for Submission of Bids The Employer may, at his discretion, extend the deadline for submission of bids by issuing an amendment, in which case all rights and obligations of the Employer and the applicants/bidders previously subject to the original deadline will thereafter be subject to the deadline as extended. 4. Employer s Right to accept any Bid and Reject any or All Bids The applicant/bidder who is qualified and selected by the Employer in accordance with the Bid Documents shall enter into a definitive agreement with the Employer at time of award of the contract. Notwithstanding anything stated above or elsewhere in the Bid Documents, the Employer reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time prior to award of contract, without either Employer thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the Employer s action. 15

16 5. No applicant/bidder shall submit more than one bid (technical and financial bid) for the purposes herein contained. 6. The applicants/bidders shall be responsible for all the costs associated with the preparation of their bids and their participation in the e.bidding process. The Employer will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the bidding process. 7. It shall be deemed that by submitting the bid, the applicant/bidder has: (a) made a complete and careful examination of the bid document; (b) received all relevant information requested from the Employer; (c) accepted the risk of inadequacy, error or mistake in the information provided in the bid document or furnished by or on behalf of the Employer; and (d) agreed to be bound by the undertakings provided by it under and in terms hereof. 9. The Employer shall not be liable for any omission, mistake or error in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to the tender document and/or the bidding process, including any error or mistake therein or in any information or data given by the Employer. 10. The applicant / bidder shall provide all the information sought under this tender document. The Employer will evaluate only those bids that are received in the required formats and complete in all respects. Incomplete and / or conditional bids shall be liable to rejection. 11. The applicant / bidder may modify, substitute or withdraw its bid after submission, provided that written notice of the modification, substitution or withdrawal is received by the Employer prior to last date of submission of bid. No bid shall be modified, substituted or withdrawn by the applicant / bidder on or after the last date of submission of bid. 12. Any alteration / modification in the bid or additional information supplied subsequent to the last date of submission of bid, unless the same has been expressly sought for by the Employer, shall be disregarded. 13. Applicants/bidders are advised that pre-qualification of applicants will be entirely at the discretion of the Employer. Applicants will be deemed to have understood and agreed that no explanation or justification on any aspect of the bidding process or selection will be given by the Employer. 14. Any information contained in the bid submitted by the applicant(s) shall not in any way be construed as binding on the Employer, its Agent, successors or assigns, but shall be binding against the applicant(s) if any contract is subsequently awarded to it under the bidding process on the basis of such information. 15. The Employer reserves the right not to proceed with the bidding / tender process at any time without notice or liability and to reject any or all applications/bid(s) without assigning any reasons whatsoever. 16. All documents and other information supplied by the Employer or submitted by any applicant / bidder pursuant to this tender document shall remain or become the property of the Employer. Applicants / bidders are to treat all information as strictly 16

17 confidential and shall not use it for any purpose other than for preparation and submission of their bids. The Employer will not return any bid or any information provided along therewith. 17. The Employer reserves the right to reject any bid or offer and appropriate the EMD (as defined above) if: (a) at any time a material misrepresentation is made or uncovered, or (b) any ambiguity, non-clarity and/or apparent mistake is/are determined by the Employer. Such misrepresentation/improper response shall lead to the disqualification of the applicant / bidder. 18. In the event of default or breach of any condition of the contract by the successful bidder, the Pawan Hans, as the case may be, reserves the right to cancel the services and to claim damages from the successful bidder, and also reserves the right to award the contract to another party at the cost and risk of the successful bidder. 19. Save and except as provided in this tender document, the Employer shall not entertain any correspondence with any applicant / bidder in relation to the acceptance or rejection of any bid. 20. Price negotiation: It is not the norm for Pawan Hans to carry out price negotiations following evaluation of the Financial Bid. The applicants / bidders are therefore advised to submit their best quotes in response to the bid document. Pawan Hans however, reserves the right to carry out negotiations in exceptional cases with the highest bidder (H1 bidder). 21. Validity of prices: The Premium offered should remain firm till completion of the contract. No request for reduction in Premium shall be entertained during the subsistence of the contract. 22. Litigation History The applicant/bidder should provide accurate information about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last three years. A consistent history of awards against the applicant/bidder or any partner of a joint venture will result in rejection of the application. Suppression of any information or material in this regard would be construed as a fundamental breach and Pawan Hans reserves its right to take appropriate action including cancellation of the bid, forfeiting of bid security etc., as may be deemed fit and proper by Employer at any time without requiring giving any notice to the applicant in this regard. 23. Disqualification Even though the applicants meet the above criteria, they are subject to be disqualified if the applicant or any of its constituent partners/members have: i. made misleading or false representation in the forms, statements, and attachments 17

18 submitted; or - records of poor performance during the last 5 years, as on the date of application such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the contractor, inordinate delays in completion, consistent history of litigation / arbitration awarded against the applicant or any of its constituents or financial failure due to bankruptcy etc. ii. been debarred by Pawan Hans as on the date of application. 24. One Bid per Bidder No applicant/bidder shall submit more than one application/bid for the tender. An applicant/bidder shall not be entitled to submit another application/bid. If an applicant/bidder submits or participates in more than one application/bid, all applications/bids of which it is a part would be summarily rejected. 25. Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of his bid and the Employer will in no case be responsible or liable for those costs. 26. Amendment of Bidding Documents At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective applicant/bidder, amend the bidding documents by issuing Addendum. Any Addendum thus issued shall be part of the bidding documents will be hosted on Pawan Hans website. Advertisement in all the countries from where the bids are invited will be released in the newspapers. To afford prospective applicants/bidders reasonable time in which to take an Addendum into account in preparing their bids, the Employer may extend as necessary the deadline for submission of bids. 18

19 27. Corrupt or Fraudulent Practices The Employer will reject a proposal for award if he determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. The Employer will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract by Pawan Hans Limited if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contract, or during execution. Pawan Hans may also declare a bidder ineligible either indefinitely or for a stated period of time, to be awarded a contract by Pawan Hans if it at any time determines that the bidder has engaged in corrupt or fraudulent practices in competing for the contract, or during execution, or has violated any of the terms of the tender process being conducted under this Bid Document. (a) corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/or those close to them, or induce other to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; and (b) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer or Pawan Hans, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial nonresponsive levels and to deprive the Employer or Pawan Hans of the benefits of free and open competition. 28. Conciliation/Arbitration 28.1 If any dispute(s) or difference(s) of any kind whatsoever arise between the Contractor and PHL, both the Parties hereto shall negotiate with a view to its amicable resolution and settlement through a committee appointed by CMD, PHL In the event, no amicable resolution or settlement is reached between the parties within 15 days after receipt of notice by one party, then the disputes or differences are detailed above shall be referred to and settled by the Sole Arbitrator to be appointed by CMD( PHL) Notwithstanding the existence or any dispute or differences and/or reference for the arbitration, the Contractor shall proceed with and continue without hindrance the performance of the work under the contract with due diligence and expedition in a professional manner and the payment due to the Contractor shall not be withheld on account of such difference of arbitration proceedings unless such payment is a subject matter of the arbitration The arbitration proceedings shall be in accordance with the prevailing Arbitration and Conciliation Act, 1996 and laws of India as amended or enacted from time to time The venue of the arbitration shall be New Delhi, India. The fee and other charges of Arbitrator shall be determined by the arbitrator in terms of the Act and shall be shared equally between the parties. 19

20 28.6 The Arbitrator will given the speaking and the reasoned Award. The parties will not be entitled to any pendente-lite interest during arbitration proceedings. 29. Applicable law and Jurisdiction All matters connected with this shall be governed by the Indian law both substantive and procedural, for the time being in force and shall be subject to the exclusive jurisdiction of Indian Courts at Delhi, in view of the fact that PHL Registered Office located in New Delhi. 30. Force Majeure 30.1 In the event of either party being rendered unable by Force Majeure to perform any obligation required to be performed by them under the contract, the relative obligation of the party affected by such Force Majeure shall be suspended for the period during which such cause lasts The term Force Majeure as employed herein shall means acts of God, War, Civil, Riots, Fire directly affecting the performance of the Contract, Floor and Acts and Regulations of respective government of the two parties, namely PHL and the Contractor Upon the occurrence of such cause and upon its termination, the party alleging that it has been rendered unable as aforesaid thereby, shall notify the other party in writing, the beginning of the cause amounting to Force Majeure as also the ending of the said clause by giving notice to the other party within 72 hours of the ending of the cause respectively. If deliveries are suspended by Force Majeure conditions lasting for more than 2 (two) months. PHL shall have the option of canceling this contract in whole or part at his discretion without any liability at his part Time for performance of the relative obligation suspended by Force Majeure shall then stand extended by the period for which such cause lasts. 31. No alternative offer shall be considered. 32. Joint Ventures/ Consortium Bid shall not be allowed including cartel of whatsoever nature and tendering of bids by the member of a same family of a Contractors having blood relations, not admissible and eligible to quote. 33. In house works / self Certification of works shall not be accepted. 20

21 INSTRUCTION TO BIDDERS FOR E-TENDERING Annexure-G The bidders interested in this tender may send their bid through online e-tendering process. All details pertaining to the tender and guidelines for e-tendering are available on the website Interested contractors need to register themselves on the e- tendering website to get the USER ID and PASSWORD from M/s ITI Limited, B-1/5A, JANAK PURI, NEAR AMARLEELA HOSPITAL, NEW DELHI by paying required fee and completing the steps specified on above referred website. In case of any clarification vendors may visit our website FOR GENERAL INFORMATION CONTACT ADDRESS :- In-charge (Marketing), Pawan Hans Limited C-14, SECTOR-1, NOIDA, (U.P.) PIN CODE : , INDIA Telephone No.: +91 (0120) , incharge.mktg@pawanhans.co.in SPECIAL NOTE: THE BID HAS TO BE SUBMITTED ON-LINE AT THE DATE OF SUBMISSION OF ON-LINE BID AND DATE OF OPENING OF BID WILL BE AS PER TENDER NOTICE. Requirements of Vendors : 1. P.C. connected with internet. 2. Registration with portal and submission of documents necessary to ITI Ltd. before e-tender. Applicable fees i.e. INR Service Tax (14%) need to be paid for Registration. 3. Class-III digital certificate in the name of the Company of the vendor is mandatory (in the name of the Company who will be submitting the EMD & General Information). This may be obtained from any of the certifying authorities. Bids will not be recorded without Digital Signature. 4. To participate in tender, Bidders need to pay Tender Processing Fee of INR Service Tax (14%) (in addition to Registration Fees as indicated at Point 2 above. Note: Please check the digital certificate. For more details bidders may visit e-tendering portal and download the help manuals uploaded in the website. Tenders shall be issued to the eligible contractors who fulfill the criteria of eligibility and should have Class-III Digital Signature and registration with service provider M/s ITI Limited, B-1/5A, JANAK PURI, NEAR AMARLEELA HOSPITAL, NEW DELHI Contact Person:- Mr. Nikhil : Cell No. (0091) Help Desk No. : (0091) Fax : (0091) etenderwizardhelpdesk@gmail.com ; twhelpdesk673@gmail.com TERMS & CONDITIONS AT THE TIME OF RUNNING THE EVENT IS FINAL. All the bids will have to be mandatorily submitted with digital certificate otherwise the same will not be considered. 21

22 ANNEXURE - H COMPLIANCE TO BID REQUIRMENT We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation, all technical, commercial and other conditions, whatsoever of the bidding documents and Corrigendum to the bidding documents, if any for the subject work issued by Pawan Hans Limited. We hereby further confirm that any terms and conditions, if mentioned in our bid (Technical Bid) shall not be recognized and shall be read as null and void. Signatures of authorized person Name Designation Seal 22

23 ANNEXURE - I Bid Forwarding Letter TO, Incharge (Marketing) Pawan Hans Limited Noida Our ref. No. date BIDDING DOCUMENT NO. TENDER NO. PHL/CO/MKT/4817/ NAME OF WORK: APPOINTMENT OF GENERAL SALES AGENT ( GSA ) FOR CHARTER OF PAWAN HANS HELICOPTERS ON WET LEASE Please find enclosed herewith our offer in line with requirement of PHL bidding document. We confirm that: 1. Offer is in complete compliance with technical as well as commercial requirements of bidding document and there is no technical or commercial deviation in the offer. 2. We understand that any technical or commercial deviation in the offer shall render out offer liable for rejection. 3. We have enclosed following with the offer: (A): TECHNO-COMMERCIAL /UN-PRICE OFFER (PART-I) : (I) EARNEST MONEY (II) ANNEXURE-C & D (III) CHECK LIST 4. The validity of the offer shall be upto 60 days from the date of submission of the Bid. Signatures of authorized person Name Designation Seal ENCL : AS ABOVE. 23

24 ANNEXURE- J DETAILS OF SIMILAR EXPERIENCE DURING LAST 3 YEARS SL. NO DESCRIPTION OF WORK POSTAL CONTRACT ADDRESS VALUE OF CLIENT & NAME OF OFFICER INCHARGE AND CONTACT NO. STARTING SCHEDULE DATE COMPLE- TION DATE ACTUAL COMPLE- TION DATE WHETHER RE- COPY OF MARKS CONTRACT /COMPL. CERTIFICATE SUBMITTED Signatures of authorized person Name Designation NB: USE EXTRA SHEET FOR ABOVE. Seal 24

25 ANNEXURE - K CHECK LIST FOR SUBMISSION OF BID Bidder is requested to fill this check list and ensure that all details/documents have been furnished as called for in the bidding document along with duly filled in signed and stamped checklist with each copy of the techno-commercial bid HEADS OF CHECK LIST ITEMS PLS. TICK & ENSURE COMPLANCE & CONFIRM(YES/NO) BID FORWARDING LETTER AS PER ANNEXURE -I SUBMITTED : YES/NO INFORMATION ABOUT BIDDER AS PER ANNEXURE : C & D ALONG WITH SUPPORTING DOCUMENTS SUBMITTED ; YES/NO EARNEST MONEY DEPOSIT: Details of EMD : SUBMITTED ; EXPERIENCE AS PER ANNEXURE B YES/NO YES/NO POWER OF ATTORNEY IN FAVOUR OF THE PERSON WHO HAS SIGNED THE BID ON STAMP PAPER OF APPRORIATE VALUE OR AUTHORISATION FORM THE DIECTOR OF THE FIRM SUBMITTED : YES/NO MEMORANDUM AND ARITICLE OF ASSOCIATION IN CASE OF LTD. COMPANY/ PARTNERSHIP /TRUST DEED/AGREEMENT IN CASE OF COOP/NGO SUBMITTED ; YES/NO COMPLIANCE TO BID REQUIRMENT AS PER 25

26 ANNEXUE H SUBMITTED ; ALL PAGES OF THE BID HAVE BEEN NUMBERED IN SEQUENTIAL ORDER YES/NO YES/NO Signatures of authorized person Name Designation Seal 26

27 Annexure-L INTEGRITY PACT Between Pawan Hans Ltd. (PHL) hereinafter referred to as The Principal, and hereinafter referred to as The Bidder/ Contractor PREAMBLE The Principal intends to award, under laid down organizational procedures, contract(s) for. The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relations with its Bidder(s) and/or Contractor(s). In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 Commitments of the Principal 1. The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:- a. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to. The word take shall also include the past and future. b. The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution. c. The Principal will exclude from the process all known prejudiced persons and persons who would be known to have a connection or nexus with the prospective bidder. 27

28 2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act or the conduct rules of the Principal, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions. Section 2 Commitments of the Bidder(s)/ contractor(s) 1. The Bidder(s)/ Contractor(s) commit themselves to take all measures necessary to prevent corruption in their dealings with PHL. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. a. The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract. b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or nonsubmission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process. c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/ Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. d. The Bidder(s)/Contractors(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any. Similarly the Bidder(s)/Contractors(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any. Further details as mentioned in the Guidelines on Indian Agents of Foreign Suppliers shall be disclosed by the Bidder(s)/Contractor(s).Further, as mentioned in the Guidelines all the payments made to the Indian agent/representative have to be in Indian Rupees only. Copy of the Guidelines on Indian Agents of Foreign Suppliers is placed at (Page nos. 7-8) e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. f. This integrity pact shall override the confidentiality clause, if any, in the offer submitted by the Contractor/Bidder and in the agreement entered into by the Principal with the Contractor/Bidder. 2. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences or acts outlined above or be an accessory to such offences. Section 3 - Disqualification from tender process and exclusion from future contracts 28

29 If the Bidder(s)/Contractor(s), before award or during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or take action as per the procedure mentioned in the Guidelines on Banning of business dealings. Copy of the Guidelines on Banning of business dealings is placed at Page nos

30 Section 4 Compensation for Damages 1. If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/Bid Security and other actual damages due to the consequential delay. 2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee. 3. The Contractor/Bidder shall not be entitled to claim from the Principal any amounts either as damages or otherwise, on account of termination. Section 5 Previous transgression 1. The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company in any country conforming to the corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process. 2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in Guidelines on Banning of business dealings. Section 6 Equal treatment of all Bidders/Contractors/Subcontractors 1. The Bidder(s)/ Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing. 2. The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors and Subcontractors. 3. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions. Section 7 Criminal charges against violating Bidder(s)/Contractor(s)/ Subcontractor(s) If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer. Section 8 Independent External Monitor/Monitors 1. The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. 30

31 2. The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He shall report to the Chairman, PHL. 3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s)/ Subcontractor(s) with confidentiality. 4. The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings. 5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. 6. The Monitor will submit a written report to the Chairman, PHL within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting problematic situations. 7. Monitor shall be entitled to compensation on the same terms as being extended to / provided to Independent Directors on the PHL Board. 8. If the Monitor has reported to the Chairman PHL, a substantiated suspicion of an offence under relevant IPC/ PC Act, and the Chairman PHL has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner. 9. The word Monitor would include both singular and plural. Section 9 Pact Duration This Pact begins when both parties have legally signed it. It expires for the Contractor 3 years after the last payment under the contract, and for all other Bidders 12 months after the contract has been awarded. If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Board of PHL. Section 10 Other provisions 31

32 1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Delhi. 2. Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. 3. If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members and in the case of a Company by an authorized representative. 4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions. (For & On behalf of the Principal) (For & On behalf of Bidder/ Contractor) (Office Seal) (Office Seal) Place Date Witness 1: (Name & Address) Witness 2: (Name & Address) 32

MEMORANDUM OF UNDERSTANDING BETWEEN CONTAINER CORPORATION OF INDIA LTD. (CONCOR) AND TRANSPARENCY INTERNATIONAL INDIA (TII)

MEMORANDUM OF UNDERSTANDING BETWEEN CONTAINER CORPORATION OF INDIA LTD. (CONCOR) AND TRANSPARENCY INTERNATIONAL INDIA (TII) MEMORANDUM OF UNDERSTANDING BETWEEN CONTAINER CORPORATION OF INDIA LTD. (CONCOR) AND TRANSPARENCY INTERNATIONAL INDIA (TII) 1. Considering that bribery and corruption is widespread Social and Economic

More information

INTEGRITY PACT. Between

INTEGRITY PACT. Between INTEGRITY PACT Between Bharat Heavy Electricals Ltd. (BHEL), a company registered under the Companies Act 1956 and having its registered office at BHEL House, Siri Fort, New Delhi 110049 (India) hereinafter

More information

SECTION I NOTICE INVITING TENDER (NIT)

SECTION I NOTICE INVITING TENDER (NIT) 08-05-2018 Amendment No. 2 Sub: Amendment to the referred tender enquiry Ref.: Tender Enquiry HITES/PCD/PMSSY-III/30/URLG/18-19 dated 10/04/2018 Amendment No. 01 dated 28-04-2018 The following changes

More information

Standard Bid Document

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

More information

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

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

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

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

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

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

PART VI. Pre Contract Integrity Pact (IP) HINDUSTAN AERONAUTICS LIMITED Transport Aircraft Division Kanpur (India)

PART VI. Pre Contract Integrity Pact (IP) HINDUSTAN AERONAUTICS LIMITED Transport Aircraft Division Kanpur (India) PART VI Pre Contract Integrity Pact (IP) HINDUSTAN AERONAUTICS LIMITED Transport Aircraft Division Kanpur (India) Tender Ref. No.:. Integrity Pact Whereas Hindustan Aeronautics Ltd. ( HAL ) having its

More information

Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road New Delhi , India Phone #: Fax #:

Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road New Delhi , India Phone #: Fax #: Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road New Delhi 110 003, India Phone #:011 24365793 Fax #: 0091-011 24364106 www.mmtclimited.com NOTICE INVITING TENDER MMTC/PROJECTS/WIND ENERGY/CR/2017-18

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

MMTC LIMITED Core 1, Scope Complex, 7 Institutional Area, Lodi Road, New Delhi INVITES EXPRESSION OF INTEREST (EOI)

MMTC LIMITED Core 1, Scope Complex, 7 Institutional Area, Lodi Road, New Delhi INVITES EXPRESSION OF INTEREST (EOI) MMTC LIMITED Core 1, Scope Complex, 7 Institutional Area, Lodi Road, New Delhi 110003. INVITES EXPRESSION OF INTEREST (EOI) For Empanelment of Suppliers for supply of Rock Phosphate/DAP/ Phosphoric Acid

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

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

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

More information

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

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

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

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

More information

NOTICE INVITING TENDER (NIT)

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

More information

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

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

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

More information

Tender 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 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

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 DOCUMENT FOR E-AUCTION FOR MINING LEASE OF GRAPHITE & ASSOCIATED MINERAL [ ] GRAPHITE BLOCK

TENDER DOCUMENT FOR E-AUCTION FOR MINING LEASE OF GRAPHITE & ASSOCIATED MINERAL [ ] GRAPHITE BLOCK TENDER DOCUMENT FOR E-AUCTION FOR MINING LEASE OF GRAPHITE & ASSOCIATED MINERAL OF [ ] GRAPHITE BLOCK DIRECTORATE DEPARTMENT OF MINES & GEOLOGY GOVERNMENT OF JHARKHAND Tender No: Forward Auction No: Date

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

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

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

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS LAST DATE & TIME FOR SUBMISSION: DATE & TIME OF OPENING: PLACE OF OPENNING: 20 th July, 2017at 4:00 PM 21 st July, 2017at 3:00 PM Islamic University

More information

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

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

More information

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

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI-110003 Notice inviting tender for disposal of Obsolete MI-172 helicopter items on as is where is basis Tender Notification No. PHL/NR/MAT/7046//DISP/TE-268

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

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA)

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA) KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA) BELLARY THERMAL POWER STATION, KARNATAKA. WATER AUGMENTATION FOR BELLARY TPS UNIT 3 (1 X 700 MW) SHORT

More information

NOTICE INVITING TENDER (NIT)

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

More information

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

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

More information

TENDER 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

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

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

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

More information

Tender Document PROVISION OF SECURITY SERVICES IN HEAD OFFICE OF PUNJAB THERMAL POWER (PVT) LIMITED. Punjab Thermal Power (Pvt) Ltd ( PTPL )

Tender Document PROVISION OF SECURITY SERVICES IN HEAD OFFICE OF PUNJAB THERMAL POWER (PVT) LIMITED. Punjab Thermal Power (Pvt) Ltd ( PTPL ) Tender Document PROVISION OF SECURITY SERVICES IN HEAD OFFICE OF PUNJAB THERMAL POWER (PVT) LIMITED Punjab Thermal Power (Pvt) Ltd ( PTPL ) Tel: +92-42-35750936-7, Fax: +92-42-35750939 Punjab Thermal Power

More information

HLL Biotech Limited (A Government of India Enterprise) (A Subsidiary of HLL Lifecare Limited)

HLL Biotech Limited (A Government of India Enterprise) (A Subsidiary of HLL Lifecare Limited) HLL Biotech Limited (A Government of India Enterprise) (A Subsidiary of HLL Lifecare Limited) HBL/ADM/ARC/PRINT-CONS/001/18-19 dated 01 st September 2018 LIMITED TENDER FOR SUPPLY OF PRINTER CONSUMABLES

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

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

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

More information

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

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

More information

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

Notice Limited Tender Enquiry

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

More information

MODEL TENDER DOCUMENT FOR E-AUCTION MINING LEASE FOR LIMESTONE BLOCK IN STATE OF RAJASTHAN

MODEL TENDER DOCUMENT FOR E-AUCTION MINING LEASE FOR LIMESTONE BLOCK IN STATE OF RAJASTHAN MODEL TENDER DOCUMENT FOR E-AUCTION OF MINING LEASE FOR LIMESTONE BLOCK IN STATE OF RAJASTHAN DEPARTMENT OF MINES & PETROLEUM, GOVERNMENT OF RAJASTHAN DIRECTORATE OF MINES & GEOLOGY UDAIPUR DEPARTMENT

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

Request for Proposal DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA VOLUME I. Request for Proposal. June 2014

Request for Proposal DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA VOLUME I. Request for Proposal. June 2014 DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA Request for Proposal VOLUME I Request for Proposal June 2014 KARNATAKA RENEWABLE ENERGY DEVELOPMENT LIMITED Request for Proposal Contents Volume

More information

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

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

More information

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

LIMITED TENDER ENQUIRY FOR CONTINUOUS SUPPLY OF HSD (BS IV GRADE) TO INTEGRATED VACCINE COMPLEX, CHENGALPATTU

LIMITED TENDER ENQUIRY FOR CONTINUOUS SUPPLY OF HSD (BS IV GRADE) TO INTEGRATED VACCINE COMPLEX, CHENGALPATTU HLL Biotech Limited (A Government of India Enterprise) (A Subsidiary of HLL Lifecare Limited) Corporate identity number of HBL: U24290KL2012GOI030732 dtd 12.3.12 BID REF No: HBL/IVC/LTE/HSD/001/2017-18

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

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

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

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

More information

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016 Type of Organisation : Service Provider (Aviation Industry) Tender Title : Housekeeping of Hangar Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016 Product Category : Housekeeping Sub Category

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

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

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

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

More information

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

BALMER LAWRIE & CO. LTD.

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

More information

TENDER 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

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

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No. 1000185795 Team Manager (Project CUBE) Bharatt Petroleum Corporation Limited Shanti Bhavan,

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

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1 PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1 NARAINA NEW DELHI APPLICATION FOR EMPANELMENT OF ARCHITECT/ ARCHITECTURAL FIRM Application reference no: - PSB/ZO/GA/EA/01/2017 LAST

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

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited Invitation for Expression of Interest for appointment of consultant for adoption & implementation of International Financial Reporting Standards (IFRS) converged Indian Accounting Standards (Ind AS) in

More information

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

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

More information

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

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

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

More information

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

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018 BRAITHWAITE & CO LIMITED (A Government of IndIA UndertAkInG Under ministry of railways) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 43, TEL 2439-7415 / 4114 / 6613 / 7413, FAX :91 (033) 2439 7632 /

More information

INTEGRITY PACT. This Integrity Pact is made at on this day of 2010, hereinafter referred to as the Agreement.

INTEGRITY PACT. This Integrity Pact is made at on this day of 2010, hereinafter referred to as the Agreement. ANNEXURE-IV (To be executed on a stamp paper of requisite value) [To be submitted along with the submission of the Application/ Proposal. To be signed by the Applicant/Proposer and the authorized signatory

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

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

MODEL TENDER DOCUMENT FOR E-AUCTION MINING LEASE FOR CEMENT GRADE LIME STONE STATE: MADHYA PRADESH

MODEL TENDER DOCUMENT FOR E-AUCTION MINING LEASE FOR CEMENT GRADE LIME STONE STATE: MADHYA PRADESH MODEL TENDER DOCUMENT FOR E-AUCTION OF MINING LEASE FOR CEMENT GRADE LIME STONE STATE: MADHYA PRADESH DIRECTORATE OF GEOLOGY & MINING GOVERNMENT OF MADHYA PRADESH 1 of 101 Issued to All Prospective Bidder

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: 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

MAHANAGAR GAS LTD. 5th Floor, West Wing, Tower 3 Equinox Business park, Off. Bandra Kurla Complex, LBS Marg, Kurla West, Mumbai

MAHANAGAR GAS LTD. 5th Floor, West Wing, Tower 3 Equinox Business park, Off. Bandra Kurla Complex, LBS Marg, Kurla West, Mumbai MAHANAGAR GAS LTD. 5th Floor, West Wing, Tower 3 Equinox Business park, Off. Bandra Kurla Complex, LBS Marg, Kurla West, Mumbai 400 070 NOTICE DETAIL: MGL/EMPANELMENT OF SERVICE PROVIDER FOR PHOTOGRAPHY

More information

Notice Inviting Tender (NIT)

Notice Inviting Tender (NIT) TENDER NOTIFICATION NO. GMRCL/O &M/Uniform/ /PH-1/2019 Tender For "Supply of Uniform & Accessories-2019" 1. Uniform: Clothes 2. Uniform: Accessories for Ahmedabad Metro Rail Phase-1 TENDER NO.: GMRCL/O

More information

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

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

More information

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

SUPPLY OF MEDICINAL GASES FOR THE YEAR

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

More information

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

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

More information

2013 REQUEST FOR PROPOSAL

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

More information

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

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

More information

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

Hiring of Commercial Vehicle for Official Use at STPI

Hiring of Commercial Vehicle for Official Use at STPI Software Technology Parks of India - Pune (An Autonomous Society under Govt. of India, Ministry of Communications & Information Technology, Department of Information Electronics and Information Technology),

More information

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES Punjab Power Development Company Limited (PPDCL), invites proposals from consultancy firms for providing Legal Consultancy Services to the

More information

LAKWA THERMAL POWER STATION

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

More information

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

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

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

More information

E-PROCUREMENT TENDER ENQUIRY

E-PROCUREMENT TENDER ENQUIRY Page 1 of 9 Tender No. : M2/ PUR / 387 / 14-15 Dated : 12.3.2015 SBU: Greases & Lubricants P-43, Hide Road Extension Kolkata-700 088 E-PROCUREMENT TENDER ENQUIRY Due Date : 22.03.2015 at 18.00 hours Sub

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

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

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

More information

NOTICE INVITING TENDER

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

More information

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD THE KERALA STATE INDUSTRIAL ENTERPRISES LTD (A Govt. Of Kerala Undertaking) St. Josephs Press buildings, Cotton Hill, Thiruvananthapuram 695014 www.ksie.net Ph: 0471 2326947 No. KSIE/INFRA/HO/ 001-2015-16

More information