BID DOCUMENT [TECHNICAL BID] E-Tender For Construction of Joint chambers with fixing of joint indicators & supplying of Joint Indicators.

Size: px
Start display at page:

Download "BID DOCUMENT [TECHNICAL BID] E-Tender For Construction of Joint chambers with fixing of joint indicators & supplying of Joint Indicators."

Transcription

1 1 BID DOCUMENT [TECHNICAL BID] E-Tender For Construction of Joint chambers with fixing of joint indicators & supplying of Joint Indicators. NIT No. DGMM-AB/ 4 18/ e-tender-4/ tech. Dated: Due on Office of Dy General Manager (Maintenance), Northern Telecom Region 62,Coaxial Building, Napier Road, Ambala Cantt Name of Work : Construction of Joint chambers with fixing of joint indicators & supplying of Joint Indicators in jurisdiction of DGMM NTSR Ambala.

2 2 TABLE OF CONTENTS Section Content Page No. I. Notice Inviting Tender 3-4 II. Bid Form 5 III. Tenderer s profile 6-7 IV. Instruction to Bidders 8-16 V. General (commercial) condition of the contract VI. Special conditions of the contract VII. Scope of Work and jurisdiction of Contract 38 VIII. Construction Specifications IX. Agreement Performa X. XI. XII. Letter of authorization for attending bid opening List of the documents to be submitted along with qualifying bid Certificate that none of his/her relative are employed in BSNL XIII. Financial Bids XIV Performa of Online Financial Bid (for reference only) 60

3 3 Bharat Sanchar Nigam Limited (A Govt. Of India Enterprise) O/o Dy. General Manager Mtce., Northern Telecom Region, Coaxial Building, 62-Napier Road, Ambala Cantt HARYANA PH# , FAX# NIT No. DGMM-AB/ 4 18/ e-tender-4/ tech. Dated: SECTION- I NIT FOR E-TENDER For Construction of Joint chambers with fixing of joint indicators & supplying of Joint Indicators Online tenders are invited for and on behalf of Bharat Sanchar Nigam Limited by the Dy.G. M. (Mtce.), NTR, Ambala for Construction of Joint chambers with fixing of joint indicators & supplying of Joint Indicators and carrying out other associated works in NTR divisions in the jurisdiction of Dy.GMM NTSR Ambala. 1. Eligible Bidders: i The tenderer should have experience of completion of more than 1/3 rd of tendered quantity of underground OFC laying in PLB pipe and construction of joint chambers during the last three financial years i.e & & for HDD/trenching work in BSNL/MTNL/PSU/Govt. department. OR He should have valid registration for category A1,A,B or C with BSNL for underground cable/of cable works issued by the Competent Authority. ii Experience certificate of HDD/open trenching work mentioned above should be signed not below the rank of DE Level or equivalent of above Organizations. 2. Description Of Work: Construction of Joint chambers with fixing of joint indicators & supplying of Joint Indicators in NTSR Ambala for below mentioned divisions. S. No 1 Estimated Supplying Name of the Division No of Joint Joint Pits along Indicators with Joint indicators only (Approx.) Ambala Division Karnal Division Hisar Division 50 0 Estimated cost of work in Rs. Cost of Bid Document (Non refundable ) Rs. Bid Security (EMD) in Rs. Time in Weeks For e-tendering process, an amount equal to 0.05% of estimated cost of bid (With maximum Rs.5000/- and Minimum Rs.500/-) plus Service tax as applicable shall have to be paid directly to M/s ITI Ltd through on-line towards processing fees failing which the tender bid will be rejected. 3. Period of contract :One year from the date of the signing of the contract. 4. Mode of obtaining the tender document: By downloading from website: 5. Mode of payment for tender Document (i) The cost of tender document Rs.526/-(Ruppes Five Hundred Twenty Six only) is to be submitted offline separately in on or before due date

4 4 the bid document in the form of Crossed Demand Draft issued by a scheduled bank drawn In favour of Accounts Officer Cash) O/o DGM Mtce NTR Ambala. 6. Mode of payment for Bid security: Bid security of Rs /-( Rupees Fifty Five Thousand Seven Hundred Thirty Three only is to be submitted offline on or before due date in the form of Crossed Demand Draft Issued by a scheduled bank drawn In favour of Accounts Officer (Cash) O/o DGM Mtce NTR Ambala. 7. Address for obtaining the : Tender document containing detailed description of tender document work & terms and conditions can be downloaded from website 8. Last date and time for : Upto 13:00 hrs on dated submission of e-tender and offline submission of Tender Cost and Bid Security As part pt. 5 & 6 9. Place of submission of Offline documents: O/o SDE (Technical) O/o DGM NTR, Coaxial Building, 62-Napier Road, Ambala Cantt HARYANA PH# , FAX# Date and time of opening of : at 15:00 hrs Technical bid Tender will not be accepted/received after expiry of due date and time. If it happens to be a holiday or any technical problem in opening of e-tender on the date above mentioned, next working day will be applicable for the same. It may be noted that if there is any discrepancy in NIT & Tender document, the terms and condition in the tender document will prevail. Dy. General Manager Mtce., Northern Telecom. Region, Ambala Cantt. reserves the right to reject any or all tenders without assigning any reason and also reserves the right to distribute the work among more than two contractor. Note: 1. The contractor shall obtain / provide at his own cost all easements, permits and license necessary to do work. However for which the payment to the concerned authorities shall be made by BSNL against the demand note/estimate raised by the concerned department. Appropriate provisions has been made in Schedule of Rates for this activity. 2. No any extra charges will be paid to the contractors for pursuance of easements, permits etc. from the different local authorities. It shall be responsibility of the bidder to quote the rates for execution of the work keeping in view such aspects. 3. Since the work is of top priority and to be carried out in stipulated time, only contractors having sufficient resources to complete the work in time need to participate. 4. Successful bidder may be asked to carry out additional 25% of the estimated work at any site under the jurisdiction of the DGM NTR Ambala at the approved rates with mutual consent

5 5 SECTION II BID FORM To Dy. General Manager Mtce., Northern Telecom. Region, Ambala Cantt.(Hr.) Dear Sir, Having examined the conditions of contract and specification including addenda NO. the receipt of which is hereby duly acknowledged. We, undersigned, offer to execute the work of Optical Fiber cable Maintenance/Construction Work on. in conformity with said drawings, condition of contract and specification as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, we will execute the work in accordance with specification, time limits & terms and conditions in the tender document. If our Bid is accepted, we shall submit the securities as per the condition mentioned in the contract. We agree to abide by this Bid for a period of 240 days from the date fixed for Bid opening (Qualifying Bid ) and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal Agreement is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. Date this.day of (the year) Duly authorized to sign the bid for and on behalf of Witness Address Signature.. Signature of Authorized Signatory In capacity of

6 General: 6 SECTION III TENDERER S PROFILE 1. Name of the tenderer/firm :.. 2. Name of person submitting the tender whose Photograph is affixed Shri/Smt... (In case of Proprietary/Partnership firms, the tender has to be signed by Proprietor/ Partner only, as the case may be) 3. Address of the firm : Passport size photograph of the tenderer/authorized signatory holding power of Attorney 4. Telegraphic Address Tel.no.(with STD code(o)..(fax)...[r]. 6. Registration & incorporation particulars of the firm: i) Proprietorship ii) Partnership iii) Private Limited iv) Public Limited (Please attach attested copies of documents of registration/incorporation of your firm with the competent authority as required by business law) 7. Name of Proprietor/Partners/Directors Tenderer's Enlistment certificate details or Experience Certificate not below the rank of DE a. Category b. Number c. Issuing Telecom Circle d. Issued on e. Valid up to f. Experience I) Kms II) Financial Year III) Authority (An attested copy of the Enlistment Certificate may please be uploaded)

7 7 9. Tenderer s bank, its address and his current account number Permanent Income Tax number, Income Tax circle.. (Please upload a copy of last income tax return) 11. Infrastructure capabilities: a. Capacity of trenching per day (in meters).. b. Capacity of pipe laying per day (in meters).. c. Capacity of pulling cable through duct/pipe per day (in meters) d. Capacity of engaging mazdoors per day.. e. Capacity to construct joint chamber of specified specifications per day (Numbers) f. Capacity of supply/construction of Joint Indicators per day (No.s) 12. Details of Technical and supervisory Staff: I/We hereby declare that the information furnished above is true and correct. Place: Date: Signature of tenderer/authorized signatory Name of the tenderer.. Seal of the tenderer

8 Section IV INSTRUCTION TO BIDDERS 8 A. INTRODUCTION: 1. DEFINITIONS a. BSNL authority: The BSNL authority means the Bharat Sanchar Nigam limited, which invites the tenders on behalf of the All references of: CMD BSNL Chief General Manager Principal General Manager General Manager Addl.General Manager /Deputy General Manager / Area Manager / Director / Telecom Deist. Manager/Director (Mtce.) Divisional Engineer /Divisional Engineer (Mtce.) Sub Divisional Engineer Junior Telecom Officer Chief Accounts Officer Accounts Officer Assistant Accounts Officer Junior Accounts Officer (Including other officers in the BSNL, whatever designations assigned to them from time to time, who may be the in-change of direction supervision, testing, acceptance and maintenance including their successor(s) in the office appearing in various clauses shall be taken to mean the BSNL.) b. I) The Dy. GM (Mtce.) means the Head of Mtce. Area (Name) and his successors. II) Representative of the Dy. GM(Mtce): Representative of Dy. GM(Mtce means Office and the time being in Dy. GM(Mtce) area deputed by the Dy. GM(Mtce) for inspecting or supervising the work or testing etc. c. Engineer in -charge: The Engineer in- charge means the Engineering Officer nominated by the BSNL to supervise the work, under the contract. (minimum Divisional Engineer level officer). d. Site Engineer : Site Engineer shall mean an SDE/JTO of the BSNL who may be placed by the Addl.(Mtce.) as in-charge of the work at site at any particular period of time. e. A/T Officer : An officer authorized to conduct acceptance Testing by Dy.GMM,NTR Ambala. f. Contract : The term contract means, the documents forming the tender and acceptance thereof and the formal agreement executed between the competent authority on behalf of the BSNL and the contractor, together with the documents referred to therein including these condition, the specifications, designs, drawings and instructions issued from time to time, by the engineer in-charge and all these documents taken together shall be deemed to form one contract and shall be complementary to one another in the contract, the following expressions shall, unless the context otherwise requires, have the meaning, hereby respectively assigned to them. The expression works or work shall unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional. g. Contractor : The contractor shall mean the individual, firm or company enlisted with BSNL in accordance with procedure for enlistment of contractor, whether incorporated or not, undertaking the works and shall include the legal personal representative of such individual or the persons composing such firm or company, the successors of such firm or company and the permitted assignees of such individual, firm or company. h. Work : The expression works shall unless there be something either in the subject or context repugnant to such construction be construct and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent and whether original altered, substituted or additional. i. Schedule(s) : Schedule(s) referred to in these conditions shall mean the relevant schedule(s) or the standard schedule of rates mentioned in the document.

9 9 j. Site : The site shall mean the land / or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying out the contract. k. Normal time or stipulated time : Normal time or Stipulated time means times specified in the work order to complete the work. l. Extension of Time: Extension of Time means the time granted by the BSNL to complete the work beyond the normal time or stipulated time. m. Date of Commencement of work: Date of Commencement of Work means the date of actual commencement of work or 7 th day from the date of issue of work order, whichever is earlier. n. Due date of completion: Due date of completion shall be the date by which the work shall be completed at site including clearance of site. o. Duration of completion of work: The duration of completion of work or completion time shall be time specified in the work order plus extension of time granted, if any. p. Excepted risk: Excepted risk are risks due to war (whether deduced or not ), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of Government damages from aircraft, acts of God such as earth quake, lightening and unprecedented floods and other causes over which, the contractor has no control and the same having been accepted as such, by the Accepting Authority or causes solely due to use or occupation by the government of the part of the work, in respect of which a certificate of completion has been issued. 2. ELIGIBILITY OF BIDDERS: The invitation of bids is open to all Enlisted or experienced contractor as mentioned in NIT of this tender document. B. THE BID DOCUMENT 3. BID DOCUMENTS: The maintenance/construction work to be carried out, goods required, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include: Qualifying Bid Notice Inviting Tender Bid Form Tender s Profile Instruction to Bidders General (Commercial) Conditions of the contract Special Conditions of Contract Scope of Work and jurisdiction of the contract Joint Chamber and Joint Indicator Construction Specifications Performance Security Bond Form Agreement (Sample) Letter of Authorization for Attending Bid Opening List of Documents to be submitted online and offline. Financial Bid Schedule of rates-for Supply/constructions/Fixing, 3.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the bid documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder s risk and shall result in rejection of the bid. 4. QUERIES ON BID DOCUMENTS: A prospective bidder, requiring any clarification of the Bid Documents shall notify the BSNL in writing or by fax or at the BSNL s mailing address indicated in the invitation for Bids. The BSNL shall respond in writing to any request for clarification of the Bid Documents, which it receives not later than 7 days prior to the date for the opening of the bids. Copies of the query (without identifying the source) and the clarifications by the BSNL shall be sent to all the

10 10 prospective bidder s who have purchased the bid documents and all such clarifications issued by the BSNL will form part of the bid document. 5 AMENDMENT OF BID DOCUMENTS: At any time, prior to the date for submission of bids, the BSNL may, for any reason whether suo motto or in response to a clarification requested by a prospective bidder, modify the bid documents by amendments. The amendments shall be notified in writing or by or FAX to all prospective bidders on the address intimated at the time of purchase of bid document from the BSNL and these amendments will be binding on them. In order to afford prospective bidders reasonable time to take the amendments into account in preparing their bids, the BSNL may, at its discretion, extend the deadline for the submission/opening of bids suitably. (Please keep watching the e-tendering website C. PREPARATION OF BIDS 6. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of the e-bid. The BSNL, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 7. Scanned copies of DOCUMENTS ESTABLISHING BIDDER S ELIGIBILITY AND QUALIFICATIONS to be uploaded: i The bidder shall furnish/upload scanned copies, as part of his bid documents establishing the bidder s eligibility, the following documents: The tenderer should have experience of completion of more than 1/3 rd of tendered quantity of underground OFC laying in PLB pipe and construction of joint chambers during the last three financial years i.e & & for HDD/trenching work in BSNL/MTNL/PSU/Govt. department. OR He should have valid registration for category A1,A,B or C with BSNL for underground cable/of cable works issued by the Competent Authority. ii Experience certificate of HDD/open trenching work mentioned above should be signed not below the rank of DE Level or equivalent of above Organizations. iii Tender document cost and Bid Security in accordance to clause no. 8. Is to be submitted offline on or before due date and time of submission of technical bid. iv Scanned Tender document (s), duly filled in and signed by tendered or his authorized representative (class-3 digital signature certificate holder) along with seal on each page. All corrections and overwriting must be initialed with date by the tenderer or his authorized representative. v Scanned copy of PAN Card & Latest income tax return of the firm/proprietor. vi Scanned copy of : (a)the registration of the firm. (b) Authenticated copy of partnership deed in case of partnership firm. (c) Attested copy of Articles of Associations duly registered with Registrar of Company affairs, in case of Limited/Pvt. Limited company (d) Proprietor certificate from the Proprietor of the firm that he is the sole Proprietor of the firm on firm letter head or the same certificate issued by the notary public on nonjudiciary stamp paper, in case of Proprietary firm. vii Bid Form, duly filled in, as per section II. viii ix x Tenderer s profile, duly filled in, as per section III of the tender document. Original Power of Attorney in case person other than the tenderer has signed the tender documents has to be submitted in original as hard copy on or before the due date of opening of tender. List of qualified experienced personnel, who are working for the tenderer, who will be deployed for the work to be uploaded. xiii xiv The rates quoted should be valid at least 240 days from the date of opening of the tender. Scanned copy of Service Tax Registration in favour of the Firm/Proprietor. The tenderer should have EPF Registration of the firm and submit evidence of EPF contribution (last paid receipt not older than December 2011) in respect of labours/employees employed by the contractor for the execution of works.

11 11 NOTE 1: NOTE 2: The bidder is required to deposit Tender Document Cost and Bid Security/EMD offline on or before the due date. Micro & Small Enterprises registered with the National Small Industries Corporation on producing valid certificate issued by NSIC are eligible to get following benefits only: i). Issue of the Tender Document Set free of cost. ii). Exemption from payments of Bid Security/Earnest Money Deposit (EMD). 8. BID SECURITY: 13. EMD: Each sealed tender should be accompanied by Earnest Money Deposit (EMD) for an amount and manner as indicated in the tender schedule in the form of crossed Demand Draft/ Pay order.the date of issue of DD/P O shall be of date after the issue of tender documents. Tender forms not accompanied by EMD in the form of Demand Draft will be summarily rejected. The bidder shall furnish as part of his bid, a bid security for an amount of Rs.55733/-/=(Rupees Fifty Five Thousand Seven hundred Thirty Three only). The bidders (small scale units) who are registered with National Small Scale Industries Corporation Under Single Point Registration Scheme are exempted from payment of bid security upto the amount equal to their monetary limit. In case of bidders having monetary limit as No limit, the exemption will be limited to 50,00,000/-(Rupees Fifty Lakhs only) as per existing policy of BSNL.A valid proof regarding current registration with NSIC for the Tendered Items will have to be attached along with the bid. For small scale unit to qualify for the concessions mentioned under Para above, the delivery schedule proposed in the tender is also to be examined. The units shall also submit its monthly turnover in support of its claim for meeting the delivery schedule duly certified by NSIC. (ii) SD: The contractor whose tender is accepted will be required to furnish such sum which together with earnest money will amount to ten percent of the cost of the work quoted in the tender by way of security deposit for the due fulfillment of the contract made as under. The successful contractor shall furnish as part of fulfillment of the contract, a security deposit for an amount of Rs /-(Rupees Two Lakhs Twenty Two Thousand Nine Hundred Thirty only). The EMD of the successful tenders will be converted as security deposit. The security Deposit (SD) shall be made upto ten percent of the value of the tender or accepted portion whichever is higher to be furnished within seven days of the acceptance of the tender in whole and shall be deposited with the officer calling the tender, failing which his EMD will be forfeited. Thus the total amount of SD available with the Department will be about 10% of the value of the supplies together at the commencement of the contract. (iii) The SD will be treated as Performance Security. The contractor will forfeit this to the BSNL as a part of compensation for any loss resulting from his failure to meet the obligations under the contract i.e. for non performance of contractors obligations. All compensations or other sums of money payable by the contractor under the terms of this contract may be deducted from or from any sums which may be due or may become due to the contractor(s) by BSNL/ Government on any account whatsoever, and in the event of his / their security deposit being reduced by reason of any such deductions as aforesaid the contractor shall within 10 days thereafter, make, good in cash the amount which may have been deducted from or raised by the sale of his/their security or any part thereof. (iv) The EMD/ SD will not bear any interest. The EMD will be refunded to unsuccessful Tenderers after the tender is finalised and approved. (v) The security deposit will be refunded and returned after six months from the date of settlement of final bill. (vi) No adjustment will be made for the EMD money of the tenderer for earlier tenders lying with this office. Separate deposit should be made for this tender. (vii) (a) (b) (c) EMD/SD/ is liable to be forfeited to the BSNL if the tenderer Withdraws the tender before/after finalisation of the same. Fails to accept the tender offer if his/their tender is accepted by paying remaining portion of security deposit with in the stipulated time. Fails to execute the agreement in the prescribed proforma within the stipulated time limit.

12 12 (d) (f) Fails to supply the samples when called for. Fails to supply the full quantity of materials ordered within the stipulated time limit. 10. BID PRICES: 10.1 The bidder shall give the total composite price inclusive of all levies and taxes, packing, forwarding, freight and insurance in case of materials to be supplied and inclusive of all taxes & duties except Service Tax, which will be paid on work amount at applicable rates subject to the condition that contractor has a) Valid Service Tax registration & b) Submits an undertaking of depositing the received Service Tax with Service Tax deptt. The contractor shall be responsible for transporting the materials, to be supplied by the BSNL ( the Telecom Store) or otherwise to execute the work under the contract, to site at his/their own lost. The costs of transportation are subsumed in the standard Schedule Rates and therefore no separate charges are payable on this account. The offer shall be firm in Indian Rupees Prices shall be quoted by the bidder as percentage below/above/at par the schedule of rates given in schedule of rates (Financial Bid). Prices quoted at any other place shall not be considered The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected Discount, if any, offered by the bidders shall not be considered unless they are specifically indicated in the schedule of rates (financial bid). Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc. into account. 11. PERIOD OF VALIDITY OF BIDS: 11.1 Bid shall remain valid for 240 day from date of opening of the bid (Qualifying Bid). A BID VALID FOR A SHORTER PERIOD SHALL BE REJECTED BY THE BSNL AS NON- RESPONSIVE The BSNL reserves the right to request the lowest 3 bidders as per read out list on the opening day to extend the bid validity for a period of further 120 days and the bidder has to necessarily extend the bid validity. Refusal to extend the bid validity will result in forfeiture of the bid security. A bidder accepting the request and extending the bid validity will not be permitted to modify his bid. 12 SIGNING OF BID: 12.1 The bidder shall upload/submit, as a part of his bid, the bid documents (scanned) duly signed on each and every page, establishing the conformity of his bid to the bid documents of all the works to be executed by the bidder under the contract. (Note: The tenderer is advised to keep a photocopy (at his own cost) of the bid documents for his own reference.) 12.2 The bid shall contain no inter-lineation, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed with date by the person or persons signing the bid. Bidder has to upload all the signed documents before online submission of e-tender Only DD s of Tender Cost and Bid securities has to be submitted offline Also the document which cannot be uploaded due to any reason. The tenders which are not submitted in above mentioned manner shall be summarily rejected All envelopes of offline submission must bear the following; Tender NO.. Dated NOT TO OPEN BEFORE (DUE DATE OF TENDER) (Name of the Tender ) (Full Address of the Tendering Authority) 12.4 The tenderer will be bound by all terms, conditions & specifications as detailed in the tender documents Any tender with conditions other than those specified in the tender document is liable to be summarily rejected. No modification by the contractor in any of the conditions will be permitted after the tender is opened.

13 SUBMISSION OF BIDS: 13.1 Tenders are to be submitted through e-tendering mode. No need for physically submission of tender except original DD s of Tender Document Cost, Bid Security, Power of Attorney and any other document which cannot be uploaded due to any reason.but Tender Opening Committee may ask for any document which is not clearly readable/visible. The documents uploaded should be clearly readable after scanned and signature on scanned copies must be in original. The documents which are to be submitted offline should be addressed to SDE(Technical), O/o Dy.GMM NTSR, 62, Coaxial Building, Napier Road, BSNL, Ambala Cantt. and reach this office before the closing (date & time) of tender, as mentioned in NIT. The tenderer is to insure the delivery of the said documents at the correct address. The BSNL shall not be held responsible for delivery of bid to the wrong address. Technical Bid: Scanned copies of the required documents are to be uploaded on the e -tendering website i.e. Financial Bid (Price Schedule): Financial e- bid containing the Price schedule in the excel format has to be filled carefully in the FINANCIAL BID e-portal i.e. Manual submission of Financial bid shall not be considered in case of e-tender Postponement of Tender opening: Whenever it is considered necessary to postpone the opening date of tenders, quick decision must be taken and communicated to the tenderers who have purchased the tender documents and shall be at least one day before the original date of opening. The reasons for postponing the tender shall be recorded in writing. Such notice of extension of date of opening shall also be put-up on the notice board and also published in the newspapers in which original NITs have been published. If the date of opening of bids is declared as holiday, the bids will be opened on the next working date at the same time and venue The Government of India if subsequently declares date fixed for opening of bids as holiday, the revised schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered. 14 LATE BIDS: 14.1 Tenders/Offline documents will not be received after the specified time of closing of the tender and same shall be rejected and returned unopened to the bidder. It is the sole responsibility of the tenderer that he should ensure timely submission of tender/offline and Online documents. 15 MODIFICATIONS AND WITHDRAWL OF BIDS: 15.1 No bid shall be modified subsequent to the deadline for submission of bids. BID OPENING AND EVALUATION: 16. OPENING OF BIDS THE DEPARTMENT : 16.1 The BSNL shall open the bids in the presence of bidders or his authorized representatives who choose to attend, at prescribed time in NIT on due date. The bidder s representative who are present, shall sign on attendance register. The bidder shall submit authority letter to this effect before they are allowed to participate in the bid opening (A format is given in section-x) A maximum of two (2) representatives for any bidder shall be authorized and permitted to attend the bid opening The bid shall be opened in the following manner:

14 The bid opening committee shall open the online technical bid/qualifying bid of those bids whose DD s/ Valid NSIC Certificates (if applicable) of tender document cost and bid security have reached on or before the scheduled time & date specified above The Financial e-bid shall be opened in the following manner: The Financial e-bid, will be opened only for qualified tender in Technical bid The date and time of opening of Financial e-bid shall be conveyed to all the bidders who have qualified in Technical Bid and their representative shall be allowed to attend the financial bid opening After opening the Financial e-bid the bidder s name, bid prices, modifications, bid withdrawals and such other details as the BSNL at its discretion, may consider appropriate; will be announced at the opening In case there is discrepancy in figures and words in the quote, the same shall be announced in the bid opening, but the quote in words shall prevail. 17. CLARIFICATION OF BID BY THE BSNL: To assist in examination, evaluation and comparison of bids, the BSNL may, at its discretion ask the bidder for clarification of its bid. The request for its clarification and its response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained. 18. PRELIMINARY EVALUATION: 18.1 BSNL shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order If there is discrepancy between words and figures, the amount in words shall prevail. if the Contractor does not accept the correction of the errors, his bid shall be rejected Prior to the detailed evaluation, pursuant to clause 21, the BSNL will determine the substantial responsiveness of each bid to the bid document. For purpose of these clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bid documents without deviations. The BSNL s determination of bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence A bid, determined as substantially non-responsive will be rejected by the BSNL and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity The BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the bidder. 19. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS 19.1 The BSNL shall evaluate in detail and compare the bids previously determines to be substantially responsive pursuant to clause The evaluation and comparison of responsive bids shall be on the percentage deviation (above/below/at par) offered and indicated in schedule of rates of the bid documents The total work shall be allotted to a firm (which is eligible technically, commercially & financially).i.e.l1 bidder In case there are more than one L1 bidders, the work shall be distributed among them equally subject to maximum of three L1 bidders. 20. CONTACTING THE BSNL: 20.1 Subject to clause 17 no bidder shall try to influence the BSNL on any matter relating to its bid, from the time of bid opening till the time the contract is awarded Any effort by the bidder to modify his bid or Influence the BSNL in the BSNL s bid evaluation, bid comparison or the contract award decisions shall result in the rejection of the bid.

15 21 BSNL RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BID : 15 The BSNL 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 assigning any reason what-so-sever and without thereby incurring any liability to the affected bidder or bidder on the grounds for the BSNL s Action. 22. ISSUE OF LETTER OF INTENT: 22.1 The issue of letter of intent shall constitute the intention of the BSNL to enter in to the contract with the bidder. Letter of intent will be issued as offer to the successful bidder The bidder shall within 21 days of issue of letter of intent, give his acceptance along with material security in conformity with clause 5.(i) section-iii, provided with the bid documents. 23. SIGNING OF AGREEMENT: 23.1 The signing of agreement shall constitute the award of contract on the bidder. The agreement with the successful bidder shall be signed by the BSNL with in a week of submission of performance security as per clause 22.2 above As soon as the tender is approved by the competent authority, the bid Security deposited by the successful bidder shall be compulsorily converted into the performance security deposit which will be held by the BSNL till the completion of warranty period. 24. ANNULMENT OF AWARD: Failure of the successful bidder to comply with the requirement of clause 25 shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event, the BSNL may make the award to any other bidder at the discretion of the BSNL or call for new bids. 25. If a contractor fails in starting of the awarded work/completing the work in stipulated period, the same work will be rescinded and straightway given to other approved contractor at his risk and cost.

16 E-TENDERING INSTRUCTIONS TO BIDDER Special Instructions (for e-tendering) as supplement Instruction to Bidders : Submission of Bids through online process is mandatory for this Tender. For conducting electronic tendering, NTR Ambala BSNL is using the portal of M/s ITI Ltd, a Government of India Undertaking. Broad outline of activities from Bidders prospective: (i) (ii) (iii) (iv) (v) (vii) Procure a Digital Signing Certificate (DSC). Register on tenderwizard portal. View Notice Inviting Tender (NIT) on tenderwizard portal. Download official copy of Tender Documents from tenderwizard portal. Bid-Submission on tenderwizard portal. Opening of Financial-part (Only for Technical Responsive Bidders). Digital Certificates: It is mandatory for all the bidders to have class-iii Digital Signature Certificate (in the name of person who will sign the Bid) from any of the licensed Certifying Agency.

17 17 SECTION V GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT 1. APPLICATION: The General condition shall apply in contracts made by the BSNL for execution of OF cable construction works. 2. STANDARDS:- The works to be executed under the contract shall conform to the standards prescribed in the OF Cable construction practices. 3. PRICES: 3.1 Prices charged by the Contractor for the works performed under the Contract shall not be higher from the prices quoted by the contractor in his bid. Prices once fixed will remain valid for the period of contract. Increase & decrease of taxes/duties will not affect the price during this period. 4. SUBCONTRACTS: The contractor shall not assign, sub contract or subject the whole or any part of the works covered by the contract, under any circumstances. 5. SECURITY: a. The contractor shall deposit an amount to the tune of 10.0 % of approved cost in form of DD in favour of Accounts officer (Claims), O/o DGM Mtce NTR Ambala at the time of agreement. The Contractor may convert the sum already deposited as EMD (2.5%) into security deposit & deposit the additional 7.5% amount totaling 10.0% as Security Deposit. b. The proceeds of the security deposit shall be payable to the BSNL as compensation for any loss resulting from the contractor s failure to complete its obligations under the contract. c. The security deposit shall be refunded after six months from the date of settlement of final bill provided there are no recoveries to be made arising out of poor quality of work, incomplete work and/or violation of any terms and conditions of the contract as stipulated in the bid document. d. No interest will be paid to the contractor on the security deposit. 6. AWARD OF CONTRACT: 6.1 The BSNL shall consider award of contract only to those eligible bidders whose offers have been found technically, commercially and financially acceptable. 6.2 The work order shall be issued so as to include all items of works allotted to the contractor as put in the NIT. 6.3 The work orders shall be issued by the DGM NTR Ambala or Divisional Engineer in-charge immediately after examining the technical and planning details of the works to be executed.

18 If due to any reason partial work order is to be issued then the same shall be issued with the approval of an officer not below the rank of Deputy General Manager. 6.5 The Corporation reserves the right to cancel or modify the scope of work stipulated to be carried out against the work order in the event of change of plan necessitated on account of technical reasons or in the opinion of work order issuing authority or the Deputy General Manager (Maintenance), the contractor is not executing the work at the required pace. 6.7 The work is likely to be available throughout the year but BSNL will be at liberty to award work at any time of commencing of contract depending on the availability of stores & other reasons. 7. Time of Completion & ROW (a) The time of completion will be on the basis of formula given below: (i) 4(four) weeks time will be provisioned for ROW/permissions and organizing initial setup to start the work. (b) Right of Way (ROW) is to be obtained by the contractor from the concerned Road/ Forest/ Civic authorities etc, including permission for working form Police/ District/ Civic authorities. For this, the contractor shall have to coordinate with various authorities on behalf of BSNL. No separate rates will be applicable for getting permission. However, the payment of ROW/ Permission charges for reinstatement to Government agencies concerned will be made by BSNL. 8. Progress of work: i) The time allowed for carrying out the work as entered in the tender shall be strictly observed by the Contractor and shall be reckoned from the SEVENTH DAY after the date on which the work order is issued to the contractor. ii) The time allowed for carrying out the work as entered in the tender shall be strictly observed by the Contractor and shall be reckoned from the SEVENTH DAY after the date on which the work order is issued to the contractor. iii) To ensure good progress of work during the execution of the work, the contractor shall be bound to complete ONE-THIRD of the whole of the work before ONE- HALF of the whole time allowed under the contract has elapsed, TWO-THIRD of the work before the WHOLE time allowed under the contract has elapsed. The slow progress during the initial period is allowed in consideration with the time required for arranging the initial set-up for work iv) If the contractor fails to start the work by the due date, after the issue of work order, or does not maintain the progress as mentioned above, the tender is liable to be terminated by BSNL without waiting for completion of the whole time allowed as Time is the essence of the contract, and BSNL desires no time overrun in completion of the project. 9. Extension of the Time Limit: i) In each work order, the work order issuing authority shall specify the time allowed for completion of work consistent with the magnitude and urgency of work. The time allowed for carrying out the work is to be strictly observed by the contractor and shall be reckoned from seventh day from the date of issue of the work order, or an earlier date if ii) iii) iv) work is urgently required, and indicated in the work order. In as much as the time being deemed to be the essence of contract, throughout the stipulated period of contract, the work is to be proceeded with all due diligence on the part of the contractor. There may be some hindrances, other than covered under force majeure, while execution of work and in such cases the contractor shall apply in writing to the Engineer- In-Charge for extension of time (EOT), on account of which he desires such extension within three days of occurrence of hindrance. The Engineer-in-Charge shall forward the request to the competent authority (an Officer of the rank of Dy. General Manager level in-charge of trenching and pipe laying work) with his detailed report and photocopy of the hindrance register within three days of receipt of request from the contractor. The Competent Authority is empowered to grant extension of time for completion of work on certain conditions. He shall exercise such powers, if the following conditions are satisfied. The Application contains the ground(s), which hindered the contractor in execution of work.

19 19 v) The Engineer-in-charge is of the opinion that the grounds shown for extension of time are reasonable. vi) The competent authority shall consider the request keeping all the facts and circumstances in view and shall grant extension of time, if in his opinion, there are reasonable and sufficient grounds for granting such extension and the reasons for delay are not ascribable to the contractor. vii) The Competent Authority may also grant extension of time for completion of work in cases where reasons for delay are ascribable to the contractor, but such extension of time shall be with LD Charges dealing with penalty for delays in execution of works. viii) The competent authority shall grant EOT with time period for completion of work expressly mentioned. ix) If the competent authority is of the opinion that the grounds shown by the contractors are not reasonable and sufficient and declines to grant the extension of time, the contractor cannot challenge the soundness of the opinion by reference to arbitration. The decision of the competent authority on period of extension of time or refusal for extension of time shall be final and binding on the contractor. x) If the competent authority is of the opinion that the grounds shown by the contractors are not reasonable and sufficient and declines to grant the extension of time, the contractor cannot challenge the soundness of the opinion by reference to arbitration. The decision of the competent authority on period of extension of time or refusal for extension of time shall be final and binding on the contractor. 10. BSNL s RIGHT TO VARY QUANTUM OF WORK: The BSNL, at the time of award of work under the contract, reserves the right to decrease or increase the work by up to 25% of the total quantum of work specified in the schedule of requirements without any change in the rates or other terms and conditions. 11. MEASUREMENT, INSPECTION, TESTING AND ACCEPTANCE TESTING: 11.1 Measurement: The measurement books are to be maintained by the officer in-charge of the work or his immediate engineering subordinates not below the rank of Junior Telecom Officer. The entry shall be made in ink. No entry shall be erased. If a mistake is made, it should be corrected by crossing out the incorrect words or figures and inserting the corrections, the corrections thus made shall be initialed & dated by the officer concerned Responsibility of taking and recording measurements: The measurements of various items of work shall be taken and recorded in the measurements book issued with each work order. The measurements shall be taken and recorded by an officer not below the rank of Junior Telecom Officer, supervisor the work. The Junior Telecom Officer/Sub Divisional Engineer, directly responsible for supervision of work, shall be responsible for accuracy of 100% of measurements. The Sub Divisional Engineer where Junior Telecom Officer is supervising officer shall be responsible for conducting test check of 50% of measurements. The Divisional Engineer shall be responsible for conducting test check of 10% of measurements Method of recording of nomenclature of items: Complete nomenclature of items, as given in the agreement need not be reproduced in the measurement book for recording the measurement but corresponding item code as provided, shall be used Method of measurement: The measurement of the work shall be done for activity-wise as and when the item of work is ready for measurement. The methods of measurement of various items are enumerated as under: The measurement/numerical details of other items shall be recorded in the sheets provided for respective items viz. Digging of joint pit and preparation of joint chamber along with its type i.e. Pre Cast RCC type. Fixing, Painting and sign writing of route/joint indicators The contractor shall sign all the measurement recorded in the measurement book. This will be considered as an acceptance by the contractor, of measurements recorded in the MB. In case contractor fails to attend at the measurements or fails to countersign or to

20 20 record the difference with in a week, than in any such events the measurements taken by Engineer-in-charge or by the subordinate as the case may be shall be final and binding on the contractor and the contractor shall have no right to dispute the same The Divisional Engineer before passing the bill for sections covered by each set of measurement may carry out test check by re-opening trench at as many locations as necessary as specified in document procedures for underground cable construction and bills will be passed only when he is personally satisfied of the correctness of entries in the Measurement Book and also when he is satisfied of other aspects of the work as per the terms of the contract. The contractor shall provide the necessary assistance of labour for re-opening of trench for test check by the Divisional Engineer. Separate payment shall not be made to the contractor for excavation of such test checks Inspection, and Quality Control: The Quality of Works: The importance of quality of Optical Fibre Cable Construction works cannot be over-emphasized. The quality and availability of long distance media and efficiency of the reliable media connectivity to exchanges depends upon quality of laying of Optical Fibre Cable. Further, the OF cables are vulnerable to damages due to work of other agencies The quality of O.F. cable plant depends upon the quality of individual items of work involved viz Depth of Cables laid, care while paying & laying, Protection, Jointing of Cables and Terminations in equipment room and at last but not the least on documentation of cable network. In order to ensure quality in Cable Construction Work, each component of work needs attention. The works shall be carried out strictly in accordance with specifications laid down to achieve the requisite quality aim It is imperative that the contractor(s) is/are fully conversant with the construction practices and shall be fully equipped to carry out the work in accordance with the specifications. The contractors are expected and bound to ensure quality in construction works in accordance with specifications laid down. The contractor shall engage adequate and experienced supervisors to ensure that work are carried out as per specifications and with due diligence and in a professional manner. The contractor shall satisfy himself/themselves that the work conforms to the quality specifications before offering the same to A.T. Wing for Acceptance and Testing An assessment of extent of interest shown by the contractors in executing the works with requisite quality shall be recorded and used in evaluating the Contractors Performance Rating (CPR) In addition to Acceptance Testing being carried out by A.T. Wing and supervision by Maintenace/Construction Officers, all works at all times shall be open to inspection of the BSNL. The contractors shall be bound, if called upon to do so, to offer the works for inspection without any extra payment Site Order Book: The site order book is one of the primary records to be maintained by the JTO supervising the work during the course of execution of works. The noting made by officers as well as contractors, will form as basis for operation of many contractual clauses. The contractor shall remove all the defects pointed out by the BSNL in the Site order book. The site order book is to be maintained in the prescribed format. The contractor or their authorized representatives shall also be at liberty to note their difficulties etc. in these books. The site order books shall invariably be consulted at the time of making final payments to the contractor. 12 Testing and Acceptance Testing: The works shall be deemed to have been completed only after the same has been accepted by the A.T. Officer designated by the DGM NTR Ambala. The contractor shall make arrangements at the locations desired by A.T. Officer for conducting test checks without any extra payment. The contractor shall restore the pits after test measurements to its original shape. The contractor shall be responsible to provided test/ measurement tools and testers for conducting various tests Scope of Acceptance and Testing: The purpose of acceptance and testing is to verify integrity of measurement and quality of work done. The A.T. Officer shall not be responsible for recording of measurements for the purpose of billing and contractual obligations. However, if the measurements taking by A.T. Officer are found to be lesser than the measurements recorded by the officer responsible for recording the

BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT DURG TENDER FOR OFC ROUTE MAINTENANCE WORKS

BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT DURG TENDER FOR OFC ROUTE MAINTENANCE WORKS BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT DURG BID DOCUMENT TENDER FOR OFC ROUTE MAINTENANCE WORKS IN SSA DURG. No.: GMTD/DRG/W-57-29/OFC ROUTE MAINTENANCE /13-14/09 Dated: 11/03/2014 OFFICE OF THE

More information

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

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

More information

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

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

More information

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

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

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

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR .. INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR Demolition of irreparable / dilapidated Quarter Nos. B-4, B-5, B-6, B-7, B-8, B-10, B-17, B-18, B-19, B-20, C1-29, C1-30, C1-31,

More information

BHARAT SANCHAR NIGAM LIMITED. O/o DEPUTY GENERAL MANAGER, TELECOM PROJECT-NCR

BHARAT SANCHAR NIGAM LIMITED. O/o DEPUTY GENERAL MANAGER, TELECOM PROJECT-NCR BHARAT SANCHAR NIGAM LIMITED O/o DEPUTY GENERAL MANAGER, TELECOM PROJECT-NCR CTS Compound, Netaji Nagar, Africa Avenue Road, New Delhi 110023. TENDER DOCUMENT FOR SPLICING WORK - 1 - of Tenderer Table

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

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

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

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

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

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

More information

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

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

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

More information

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

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

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

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

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

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

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

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

More information

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

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

More information

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle Paschim Gujarat Vij Company Limited RAJKOT CITY CIRCLE OFFICE Laxminagar, Nana Mava Main Road, Rajkot 360 004 PHONE NO: (0281) 2365910-2365912 FAX NO: (0281) 2365531 E-mail: serjc.pgvcl@gebmail.com Web

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

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

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. 001/2018-2019 TENDER DATE 10/04/2018 DUE ON 20/04/2018 BY 3:00 PM UN-PRICED

More information

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur NIT No. : NIT Issue Date : 17 th February, 2017 Pre Bid Meeting : 27 th

More information

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

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

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

More information

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

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

More information

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

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

More information

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

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) TENDER DOCUMENT for Annual Maintenance Contract in respect of web-based ETR Intranet Portal, SBNM, CBNM, AFNET, Time Office, Discussion Board

More information

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.) National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)-140401 NOTICE INVITING TENDERS Separate sealed tenders with 120 days validity from the date of opening

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

More information

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO 104-106, 2nd Floor, Sector 34-A, Chandigarh Note: - The prospective bidders have the option to download the tender documents from

More information

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC042909 SURAT CITY CIRCLE An ISO 9001-2000 certified 2 nd floor, Opp. E-Space, Bhagvan Mahavir College Road, New VIP Road, Vesu-Bharthana, Surat - 395 007

More information

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

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax Bank Note Paper Mill India Private Limited, Mysore Invites sealed quotations for Sale of Empty HDPE Drums (25Kg Capacity) at BNPM, Mysore. The Tender document is hosted on Company s website http://www.bnpmindia.com.

More information

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

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

More information

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

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

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

More information

TENDER DOCUMENT FOR PURCHASE OF: POLYCARBONATE INSERTS OF RS. 10 Tender Number: /COINING, Dated:

TENDER DOCUMENT FOR PURCHASE OF: POLYCARBONATE INSERTS OF RS. 10 Tender Number: /COINING, Dated: India Government Mint, Alipur, Kolkata Pin- 700053 India Ph. No: 91-33-24014132-35, 24014821 Fax No: 033-24010553 CIN: U22213DL2006GOI144763 E-Mail: calmint@spmcil.com Web: www.igmkolkata.spmcil.com GSTIN

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

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

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

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

More information

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

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

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

More information

Tender. For. 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

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

W-1-18/GMTDR/e-Tender-104/Installation of Bty & PP /17-18 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

W-1-18/GMTDR/e-Tender-104/Installation of Bty & PP /17-18 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT E-TENDER FOR INSTALLATION, DISMANTLING, RECOVERY OF BATTERY, POWER PLANT IN RAIPUR SSA No.:W-1-18/GMTDR/e-Tender-104/ Installation of BTY

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

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Subject: Notice Inviting tender for supply of Memento for AUD Convocation. AUD/1-10 (140)/2015-16/Convocation/ Dated: 13 November 2015 To, ------------------------------------------------- -------------------------------------------------- Subject: Notice Inviting tender for

More information

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated:

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated: India Government Mint, Alipur, Kolkata Pin- 700053 India Ph. No: 91-33-24014132-35, 24014821 Fax No: 033-24010553 CIN: U22213DL2006GOI144763 E-Mail: calmint@spmcil.com Web: www.igmkolkata.spmcil.com Not

More information

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

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

More information

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

PUNJAB TECHNICAL UNIVERSITY,

PUNJAB TECHNICAL UNIVERSITY, PUNJAB TECHNICAL UNIVERSITY, 1. NOTICE INVITING TENDER FOR HIRING OF BUSES Sealed Tenders are invited from reputed and established Bus Operators for supply of Buses on monthly requirement basis for a period

More information

National Institute of Fisheries Post Harvest Technology & Training

National Institute of Fisheries Post Harvest Technology & Training 1 भ रतसरक र/Government of India क ष म त र ऱय/Ministry of Agriculture पश प ऱनग यरवनर मय यप ऱनषरभ ड Deptt.of Animal Husbandry, Dairying & Fisheries र ष ट रवयम त सय यक प टह रव टप र द य गडक तथ प रशश णस थ न

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

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

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

More information

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

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

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

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

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

More information

PEC University of Technology, Chandigarh

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

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

CEYLON PETROLEUM STORAGE TERMINALS LIMITED CEYLON PETROLEUM STORAGE TERMINALS LIMITED BIDDING DOCUMENT KPR/15/2018 BID FOR THE SUPPLY OF 15000 NOS BAR SOAP (WEIGHT 650 GRAMS MINIMUM/EACH) MANAGER PROCUREMENT PROCUREMENT FUNCTION CEYLON PETROLEUM

More information

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

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

More information

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

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

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

More information

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

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

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly BANK OF BARODA Regional Office 129-D, Civil Lines Bareilly TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION LAST DATE OF SUBMISSION : 08.01.2014 TECHNICAL

More information

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I Not Transferable Security Classification : Non-Security TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE- I No.

More information

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

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

More information

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL Government of India Regional Museum of Natural History (Ministry of Environment forests & Climate Change) E-5, Arera Colony, Bhopal-462016

More information

NOTICE INVITING e-tender

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

More information

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

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

More information

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

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

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

More information

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS 1 izfrhkwfr dkxt dkj[kkuk] gks kaxkckn&461 005 ¼e0iz0½ ¼Hkkjr izfrhkwfr

More information

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender EMBASSY OF INDIA MOSCOW Notice Inviting Tender Sealed tenders are invited on behalf of the President of India from the Registered Security Agencies for 1 (one) unarmed Security Guard to provide round the

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

CEYLON PETROLEUM STORAGE TERMINALS LIMITED CEYLON PETROLEUM STORAGE TERMINALS LIMITED BIDDING DOCUMENT KPR/15B/2018 BID FOR THE SUPPLY OF 28,500 NOS BAR SOAP (UNWRAP, WEIGHT 650 GRAMS MINIMUM/EACH) MANAGER PROCUREMENT PROCUREMENT FUNCTION CEYLON

More information

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

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

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

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA - 1 - GOVERNMENT OF KARNATAKA BANGALORE MEDICAL COLLEGE & RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL(PMSSY) VICTORIA HOSPITAL CAMPUS, K.R. ROAD, BANGALORE-02 BID DOCUMENT Tender Notification No. BMCRI/SSH/SUP-TEND/06/2018-19;

More information

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

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

More information

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

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

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.) Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)-470 003 (A Central University) TENDER NOTICE No. S&P/Water Purifier/2015-16/ Dated 29.10.2015 The University invites sealed Tenders from the Manufacturers/

More information

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI- 400065. NOTE: TENDER FORM NO -02-0 COST RS. 750.00 ONLY Last Date of Submission : 03.07.2014 Up to 13.00

More information

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805 GOVERNMENT OF MANIPUR DEPARTMENT OF SOCIAL WELFARE --- No. 5/1/14-SW(ICDS-Proc) Dated, Imphal, the 2014 INVITATION FOR BID 1. Quotations in Two Bids system, (Technical & Price Bid) are invited from reputed

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER ARYABHATTA KNOWLEDGE UNIVERSITY, PATNA Chanakya National Law University Campus, Patna-800001 E-mail: akuniv10@gmail.com Website: www.akubihar.ac.in Phone No. 0612-2351919 Tender No. : AKU/03-279/2016 NOTICE

More information

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

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

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

More information

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER 1 ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA 700 106 Memo No.: 227/DD (A)/VI-43/ATI/13-14 Date: 20 th May, 2015 NOTICE INVITING TENDER SECTION

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