Tender Reference Number: 10/ Date:

Size: px
Start display at page:

Download "Tender Reference Number: 10/ Date:"

Transcription

1 (A premier Public Sector Bank) Information Technology Division Head Office, Mangalore. TENDER DOCUMENT Tender Reference Number: 10/ Date: For Supply & Installation of Symantec End Point Protection Anti-Virus Solution for End Points From: The Assistant General Manager Corporation Bank Information Technology Division Head Office, Mangalore Karnataka. Tender Cost GST towards Tender Cost (18%) Earnest Money Deposit [EMD] : Rs.20, (Rupees Twenty Thousand Only) : Rs.3, (Rupees Three Thousand Six Hundred Only) : Rs.5,00, (Rupees Five Lakhs Only) Tender 10/ for supply, installation of Symantec AV Solution Page 1 of 48

2 Table of Contents Invitation for Tender Offers... 4 Instructions to bidders Two Bid Tender system offer Earnest Money Deposit (EMD) Tender Cost Introduction Schedule of Requirements Empanelment of Bidders Qualification Criteria Terms and Conditions Offer Validity Period Address for Communication Proposal Ownership Modification and Withdrawal of Offers Opening of Technical offers Preliminary Scrutiny Clarification on Offer No Commitment to Accept Lowest or Any Offer Documentation Submission of Technical Details Make, Models & Part numbers Format for Technical Offer Format for Commercial Offer Erasures or Alterations Locations of Installation Costs & Currency Fixed Price Price Comparison Negotiation Short-listing of Bidders Right to Alter Quantities Non-transferable Tender Liabilities of Corporation Bank Proposal Process Management Downloading of Tender document from the Bank s website Government of India Guidelines on Purchase Preference: Adoption of Integrity Pact Corrupt and Fraudulent Practices Qualification Criteria Eligibility of the Bidder Track Record of installations Support Service Centre Quality Standards Compliant Proposals / Completeness of Response Consortium Sub-contracting Manufacturer s Authorization Form Terms and Conditions Scope of work Delivery Payment Terms Pricing & Payments Delivery, Installation and Commissioning Liquidated Damage Order Cancellation/ Termination of Contract Acceptance Tests Accessories, Software, Drivers & Manuals Warranty Local Support Penalties Tender 10/ for supply, installation of Symantec AV Solution Page 2 of 48

3 13. Service Level Agreement (SLA) Mean Time Between Failures (MTBF) Indemnity Publicity Guarantees Inspection of Records Negligence Force Majeure Resolution of Disputes Letter of undertaking of Authenticity Assurance Annexure A Technical Details & Specifications Form Annexure A1 Scope of Work Annexure B - Checklist for Product Documentation Annexure C - Covering letter format Annexure C1- Terms & Conditions Compliance Table Annexure D Details of the Bidder Annexure E Manufacturer s Authorization Form (MAF) Annexure F - Track Record of Past Installations Annexure G1 Bill of Materials and Price Schedule (Technical Offer) Annexure G2 - Bill of Materials and Price Schedule (Commercial Offer) Annexure H Format of EMD Bank Guarantee Annexure I - Format of Performance Bank Guarantee Annexure J Checklist for Qualification Criteria Annexure K - Details of Service Support Centers Annexure L -PERFORMA FOR INTEGRITY PACT Tender 10/ for supply, installation of Symantec AV Solution Page 3 of 48

4 Invitation for Tender Offers Corporation Bank, Information Technology Division, Head Office-Mangalore (The Bank for short) invites sealed offers (technical and commercial) from eligible, reputed manufacturers and/or their authorized dealers/agents for Supply & Installation of Symantec End Point Protection Anti-Virus Solution for End Points (Latest version i.e. 14 and above) as described in this document. The details are given below: Tender Reference 10/ dated Start of the sale of tender document Last Date & Time for receipts of Queries & 06:00 PM Last Date & Time for receipts of offers & 04:00 PM Date and time of opening technical offer Address for Communication The Assistant General Manager Corporation Bank, Information Technology Division Head Office, Mangala Devi Temple Road, Mangalore , Karnataka Contact Telephone Numbers Phone: (0824) , Place of opening offers Corporation Bank, Information Technology Division, Head Office, Mangalore , Karnataka. Opening of technical offers: Technical offers received by the Bank will be opened in the presence of the bidder s representatives who choose to attend the opening on the date and time specified above. Only the Bidders who have submitted their offers in response to this tender are permitted to attend the opening. The bidders interested in participating in the purchase process under this tender may send queries on or before specified date in writing to the above address. The Bank will publish changes in terms and conditions, if any, on our website before one week of closing date of the tender. Earnest Money Deposit (EMD) must accompany the Technical Offer as specified in this tender document. Offers received without EMD will be rejected. The bidders should also enclose the tender cost along with technical offer. Instructions to bidders 1. Two Bid Tender system offer There should be two separate offers (Technical and Commercial). Both the offers must be submitted at the same time, giving full particulars in two separate sealed envelopes at the Bank s address given below, on or before 16:00 hours on Both the envelopes should be securely sealed and stamped. Offers received after the date and time specified for receiving the offers will be rejected. Bank s address The Assistant General Manager Corporation Bank, Information Technology Division Head Office, Mangala Devi Temple Road, Pandeshwar, Mangalore Tender 10/ for supply, installation of Symantec AV Solution Page 4 of 48

5 Two separate sealed envelopes containing offers must be submitted to the Bank directly as under: 1. Technical (Original) 2. Commercial (Original) Both the envelopes must be super-scribed with the following information: Type of Offer: (Technical or Commercial) Tender Reference Number: Due Date: Name of the Bidder: Address: ENVELOPE- T (Technical Offer): The Technical offer (T.O) should be complete in all respects and contain all information asked for, except prices, as per Annexure A. The Technical Offer should not contain any price information. The Technical offer should be submitted in closed envelope to the Bank. The T.O. should be complete to indicate that all products and services asked for are quoted. For example, the Technical Offer should mention that AMC charges are included in the commercial offer, without mentioning the actual amount. EMD and Tender cost should be kept in Technical Offer being submitted to the Bank. ENVELOPE-C (Commercial Offer): The Commercial Offer (C.O) should give all relevant price information and should not contradict the T.O. in any manner. The C.O should be submitted to the Bank in a closed envelope (marked as commercial offer). Technical and Commercial Offers must be submitted separately in different envelopes. It may be noted that if any envelope is found to contain both technical and commercial offers, such offer will be rejected. 2. Earnest Money Deposit (EMD) Bidders are required to give EMD by way of a Demand Draft valid for 3 months/bank Guarantee valid for 180 days from the due date of the tender for Rs.5,00, (Rupees Five lakhs only) as Earnest money Deposit (EMD) along with their Offer. No interest will be payable on the EMD. In case the process supply/project is not completed within the validity period of the BG, the successful Bidder is required to renew/offer a fresh BG towards EMD for a further period till completion of Implementation/supply of the ordered/tender quantity. EMD furnished by all unsuccessful bidders will be returned on the completion of the bid process. Offers made without EMD will be summarily rejected. (For each alternative Offer, a separate EMD must be submitted). The format for the Bank Guarantee is attached to this tender document (Annexure H). The EMD of the successful bidder shall be returned after furnishing a PBG from a Scheduled commercial Bank valid for the entire warranty period + minimum claim period of 3 months. In case the project gets extended owing to unforeseen circumstances, then the PBG must be extended for the requisite duration. The PBG should be furnished as per the format attached to this Tender document (Annexure I). Tender 10/ for supply, installation of Symantec AV Solution Page 5 of 48

6 EMD will be forfeited, if the bidder withdraws amends, impairs or derogates from the bid in any respect within the period of validity of the bid or does not perform the obligation as per Tender. If the successful bidder fails to furnish the required performance security, then the EMD furnished will be forfeited. The EMD will be forfeited if the successful bidder refuses to accept the supply/assignment or having accepted the supply/assignment, fails to carry out his obligations mentioned therein. 3. Tender Cost Tender Cost of Rs.20, (Rupees Twenty Thousand Only) & GST towards Tender cost of Rs.3, (Rupees Three Thousand Six Hundred Only) should be by way of Demand Draft (DD) favouring Corporation Bank, payable in Mangalore. Tender cost and GST towards tender should be submitted as separate Demand Drafts. Offers made without Tender Cost & GST towards Tender cost will be rejected. 4. Introduction The Bank at present has around branches/offices in its Wide Area Network (WAN). All the branches /offices of the Bank are on WAN. The Bank s relevance in SEP deployment comprises Data Centre (DC) and Near Line Site (NLS) at Bangalore and Disaster Recovery Site (DRS) at Mumbai besides Head Office located at Mangalore, branches and other controlling offices. The Bank has Symantec Anti-virus agents installed in desktops and servers for signature based threat protection. The Bank invites technically competent and commercially competitive proposals from eligible, reputed or authorized dealers/agents for the Supply & Installation of Symantec End Point Protection Anti-Virus Solution for servers, desktop computers, termed as End Points, of the Bank as per specifications of this tender. 5. Schedule of Requirements This tender comprises of the following schedule. Schedule Number Name of Schedule Components License Total Quantity 1 Supply & Installation of Symantec As per the 16,000 Renewal 19,500 End Point Protection Anti-Virus specifications 3,500 Solution For End Points (Latest given in Additional Version i.e. 14 and above) Annexure A Procurement It may be noted that the requirement given in this tender is indicative only and the Bank may decide to purchase more number of licenses as per the requirement of the Bank, from the L1 bidder, within a period of six months from the date of issue of the first purchase order relating to this tender at the same rate as agreed by the Bank and the bidder at the time of placing Purchase Order. 6. Empanelment of Bidders The tender is for Supply & Installation of Symantec End Point Protection Anti-Virus Solution for End Points in Bank s network. The Bank will short list the bidders who qualify in the technical part of the tender. The rates finalized will be valid for 6 months from the date of issue of the Purchase order relating to this tender. The Head Office will place orders on the L1 bidder for Supply & Installation of Symantec End Point Protection Anti-Virus Solution for End Points. If any urgent requirement arises, Tender 10/ for supply, installation of Symantec AV Solution Page 6 of 48

7 The qualified bidders will be shortlisted, which will be valid for a period of one year. Bank s requirement of end point licenses during this period will be procured from the short listed bidders after obtaining competitive commercial offers. 7. Qualification Criteria Only the bidders who meet all the qualifications mentioned in Qualification Criteria of the tender are eligible to participate in the tender (Page 14 to 16). 8. Terms and Conditions The Terms and conditions for bidders who participate in this tender are specified in the section named Terms and Conditions. These terms and conditions are binding on all the bidders. These terms and conditions will also form part of the purchase order, to be issued to the successful bidder(s) based on the outcome of the tender process. It will also be part of the mandatory SLA between the Bank and the successful bidder(s). 9. Offer Validity Period The Offer should hold good for a period of 180 days from the date of the opening of commercial offer. 10. Address for Communication The Assistant General Manager, Corporation Bank, Information Technology Division, Head Office, Mangala Devi Temple Road, Pandeshwar, Mangalore , Karnataka. 11. Proposal Ownership The proposal and all supporting documentation submitted by the bidders shall become the property of the Bank. 12. Modification and Withdrawal of Offers Bidders are not allowed to modify their offers once submitted. However, Bidders are allowed to withdraw their offers any time before the last date and time specified for receipt of offers. No offer can be withdrawn by a bidder after the closing date and time for submission of offers. 13. Opening of Technical offers Offers received within the prescribed closing date and time will be opened in the presence of Bidder s representatives who choose to attend the opening of the Offer on the date and time specified in this tender document or any other date, which is convenient to the Bank and published in our website tender page. Only the bidder who have submitted their offers in response to this tender are permitted to attend the opening. The Bidder s representatives present shall sign a register of attendance. It is essential that all the clarifications / queries, if any, should be submitted to the Bank before the date mentioned above. Technical Specifications, Terms and Conditions and various format and pro forma for submitting the offer are described in the tender document and its Annexures. Tender 10/ for supply, installation of Symantec AV Solution Page 7 of 48

8 Earnest Money Deposit (EMD), Tender cost and GST towards Tender cost must accompany the Technical offer as specified in this tender document. Offers received without EMD or tender cost or GST towards Tender cost will be rejected. 14. Preliminary Scrutiny Offers from bidders not meeting the qualification criteria will be rejected. The Bank will scrutinize the offers received to determine whether they are complete as per tender requirements, whether technical documentation as asked for and required to evaluate the offer has been submitted, whether the documents have been properly signed and whether items are offered as per the tender requirements. The Bank may, at its discretion, waive any minor non-conformity or any minor irregularity in the offer. This waiver shall be binding on all bidders and the Bank reserves the right for such waivers. 15. Clarification on Offer To assist in the scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, ask some or all bidders for clarifications on the offer made by them. The request for such clarifications and the bidder s response will necessarily be in writing. 16. No Commitment to Accept Lowest or Any Offer The Bank shall be under no obligation to accept the lowest or any other Offer received in response to this tender and reserves its right to reject any or all the offers including incomplete offers without assigning any reason whatsoever. The Bank reserves the right to make any changes in the terms and conditions of purchase as and when need is felt. The Bank will not be obliged to meet and have discussions with any bidder and / or to entertain any representations. 17. Documentation Technical information in the form of Brochures/Manuals/CD etc. must be submitted in support of the Offer made. Annexure B provides a suggested checklist for documentation to be submitted by the bidder. 18. Submission of Technical Details It is mandatory to provide the technical details in the exact format of Technical Details & Specifications (Annexure A) given in this tender. The offer may not be evaluated /may be rejected by the Bank in case of non-adherence to the format or partial submission of technical information as per the format given in the offer. The deviations in the technical requirements should be mentioned in the Technical Offer only [Annexure A] and on the contrary specifying the deviations elsewhere in the offer is not acceptable and will not be considered. The Bank shall not allow/permit changes in the technical specifications after due date and time for submission of offers as specified in this tender. Tender 10/ for supply, installation of Symantec AV Solution Page 8 of 48

9 19. Make, Models & Part numbers It is mandatory to provide compliance status against each line item specified in the Technical specification table. The Offer may not be evaluated and/or will be liable for rejection in case of nonsubmission of required details The successful bidder must certify that all CoA (Certificate of Authenticity) supplied are valid for use in India. 20. Format for Technical Offer The Technical Offer should be made in an organized, structured and neat manner along with Brochures/leaflets etc., it should not be submitted in loose form and should also be properly paginated. The suggested format for submission of Technical Offer is as follows: 1 Index 2 Earnest Money Deposit (EMD) 3 Tender Cost (Demand Draft) 4 Covering letter. This should be as per Annexure C. 5 The comments in Deviation Column of technical details is permitted only if compliance column is shown No, otherwise it will be construed as complied as per the requirement of Bank. Please note that specifying deviation elsewhere in the offer document will not be considered. If there is any deviation the same should be mentioned in the Technical Offer with compliance column clearly marked as No. 6 Similarly, Annexure C1-Terms and Conditions Compliance of the Tender should be clearly stated in the compliance table itself and should not be covered elsewhere in the offer document. If so, such deviations will not be considered and it will be construed as complied as per the requirement specified in the Tender. 7 Details of the bidder, as per Annexure D. 8 Bill of materials and Price Schedule as per Annexure G1-Technical Version. This table should not contain any price information in Technical Offer. 9 Technical Offer as per Specifications as given in Annexure A, complete with all columns duly filled in. 10 Warranty details. This should not contain any price information in Technical Offer. 11 Delivery schedule. 12 Technical Documentation (Product Brochures, leaflets, manuals etc.). An index of technical documentation submitted with the offer must be enclosed. 13 Software details. 14 Manufacturer s Authorization Form (if applicable) as per Annexure E. 15 Track record of installations, as per Annexure F 16 Address of Service Support Centers across India. 17 Bidder s Financial Details (audited Balance Sheets & Profit and Loss account etc.) and other supporting documents, as asked in the tender document 18 Performa for Integrity Pact Annexure L 19 Integrity Agreement 21. Format for Commercial Offer The Commercial offer must not contradict the Technical Offer in any manner. The suggested format for submission of Commercial Offer is as follows: Tender 10/ for supply, installation of Symantec AV Solution Page 9 of 48

10 1. Index 2. Covering letter 3. Commercial Version of Bill of Materials and Price Schedule (as per Annexure G2- Commercial version). This annexure must contain all price information. 4. A statement that the bidder is agreeable to the Payment schedule given in the tender. 5. All these should be properly paginated. The quoted prices shall be exclusive of all taxes and there will be no price escalation for the total period for which commercials have been quoted. The commercial should not contain anything other than specified in the Annexure G2 Commercial version. More particularly, statement or request for deviation in either Technical specifications or Terms & Conditions specified in the Tender should not form part of Commercial Offer. In case if any commercial offers contain such requests or submissions the offer will be summarily rejected without any further process or communication in this regard. Any commercial offer, which is conditional and /or qualified or subjected to suggestions, will also be summarily rejected. 22. Erasures or Alterations The Offers containing erasures or alterations will not be considered. There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled in. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as OK, accepted, noted, as given in brochure/manual is not acceptable. The Bank may treat such Offers as not adhering to the tender guidelines and as unacceptable. 23. Locations of Installation The Head Office (Information Technology Division) of the Bank located at Mangalore is floating this tender. The Licenses being procured through this tender shall be installed and supported by the successful bidder at desired locations of the Bank, the address of which will be furnished with the purchase order/ delivery instructions subsequently. The Bank reserves the right to make changes in the locations/quantity list given to the bidder. 24. Costs & Currency The Offer must be made in Indian Rupees only, including the following: 1. Cost of the equipment specified 2. Installation and commissioning charges, if any, 3. Packing, Forwarding and Transportation charges up to the site. 4. All applicable taxes. 25. Fixed Price The Commercial Offer shall be on a fixed price basis, exclusive of taxes. Any changes in the tax rate in future shall be permitted. However, any downward revision of taxes brought out by the Government, the benefit of which has to be passed on to the Bank. 26. Price Comparison The Bank will consider the TCO (total cost of ownership) for the purpose of price comparisons as follows: TCO = Cost of the Symantec End Point Protection Anti-Virus Solution for End Points as per specifications in Annexure-A with One year or Three years license (as per Cost and Currency clause) Tender 10/ for supply, installation of Symantec AV Solution Page 10 of 48

11 Exclusive of all taxes. The Bank would have the absolute right to decide the term of license ie. 1 year or 3 years. 27. Negotiation It is absolutely essential for the bidders to quote the lowest price at the time of making the offer in their own interest, as the Bank will not enter into any price negotiations, except with the lowest quoting bidder (L1), whose Offer is found to be technically in line with the tender specifications. 28. Short-listing of Bidders The Bank will prepare a short-list of technically qualifying bidders and the commercial offers of only these bidders will be opened. The Bank will intimate the date and time of opening of Commercial Offers to the bidders whose Offer is technically in line with the tender requirements. 29. Right to Alter Quantities The Bank reserves the right to alter the quantities specified in the Offer and will order for more/less of the Tendered quantity within 6-12 months after issue of first purchase order. The Bank may place Purchase orders in staggered manner. 30. Non-transferable Tender This tender document is not transferable. Only the bidder, who has purchased/downloaded the tender document, is entitled to quote. 31. Liabilities of Corporation Bank This tender is not an offer by the Bank, but an invitation for bidder responses. No contractual obligation on behalf of the Bank, whatsoever, shall arise from the tender process unless and until a formal contract is signed and executed by duly authorized officers of the Bank and the Bidder. 32. Proposal Process Management The Bank reserves the right to accept or reject any/all proposal/ to revise the tender, to request one or more re-submissions or clarifications from one or more Bidders, or to cancel the process in part or whole. No Bidder is obligated to respond to or to continue to respond to the tender. Additionally, the Bank reserves the right to alter the requirements, in part or whole, during the tender process. Each party shall be entirely responsible for its own costs and expenses that are incurred while participating in the tender, subsequent presentation and contract negotiation processes. 33. Downloading of Tender document from the Bank s website The tender document is available for download from the Bank s website Those who choose to download the tender from our website are required to pay the cost of tender at the time of submission of their offer. They are also required to confirm in writing that they have not modified any part of the tender and abide by the same. If any bidder fails to pay the cost of the tender, the said offer will be rejected. In case of any dispute/discrepancy the physical version of the tender available with the Bank will be final & binding on all who participate in the tender. Tender 10/ for supply, installation of Symantec AV Solution Page 11 of 48

12 34. Government of India Guidelines on Purchase Preference: 34.1 Procurement through Micros & Small Enterprises [MSE s] Procurement through MSEs will be done as per the Policy guidelines issued by the Ministry of Micro, Small & Medium Enterprises from time to time. Following are the conditions applicable as per the Government of India Guidelines The MSEs should be registered with: 1. District Industries centres or 2. Khadi Village Industries Commission or 3. Khadi & Village Industries Board or 4. Coir Board or National Small Industries Corporation or 5. Directorate of Handicrafts & Handloom or 6. Any other body specified by the Ministry of Micro, Small & Medium Enterprises MSEs participating in tenders, quoting price within price band of L1+15% shall also be allowed to supply a portion of requirement by bringing down their price to L1 in a situation where L1 price is from someone other than MSE & such MSE shall be allowed to supply upto 20% of total tendered value. In case of more than one such MSE, the supply shall be shared proportionately according to the tendered quantity Bank shall procure minimum 20% of their annual value of goods or services from MSEs Special provisions for MSEs owned by SC or ST Out of the 20% annual target from MSE, a sub-target of 20% [i.e. 4% out of 20% ] shall be earmarked for procurement from MSE owned by SC or ST entrepreneurs MSEs are also exempted from paying application fee/cost & EMD MSEs should submit the relevant documentary proof for claiming the exemptions MSEs shall have basic required qualification under eligibility criteria specified in the RFQ/Tender and the above Policy will be applicable to those qualifying Bidders only The Eligible MSEs who intend to match the L1 Price (ultimately decided by the Bank) shall indicate the willingness to match the L1 Price within 6 working days from the date of communication from the Bank to avail the purchase preference The details are available on web site dcmsme.gov.in Interested vendors are requested to go through the same details. 35. Adoption of Integrity Pact 35.1 The Pact essentially envisages an agreement between the prospective bidders and the Bank, committing the persons/officials of both sides, not to resort to any corrupt practices in any aspect/stage of the contract Only those bidders, who commit themselves to the above pact with the Bank, shall be considered eligible for participate in the bidding process The Bidders shall submit signed Pre Contract integrity pact as per Annexure L along with Part Conformity to Eligibility Criteria. Those Bids which are not containing the above are liable for rejection. Tender 10/ for supply, installation of Symantec AV Solution Page 12 of 48

13 35.4 Foreign Bidders to disclose the name and address of agents and representatives in India and Indian Bidders to disclose their foreign principles or associates 35.5 Bidders to disclose the payments to be made by them to agents/brokers or any other intermediary. Bidders to disclose any transgressions with any other company that may impinge on the anticorruption principle Integrity Pact in respect this contract would be operative form the stage of invitation of the Bids till the final completion of the contract. Any violation of the same would entail disqualification of the bidders and exclusion from future business dealings The Integrity Pact Agreement submitted by the bidder during the Bid submission will automatically form the part of the Contract Agreement till the conclusion of the contract i.e. the final payment or the duration of the Warranty/Guarantee/AMC if contracted whichever is later Integrity Pact, in respect of a particular contract would be operative stage of invitation of bids till the final completion of contract. Any violation of the same would entail disqualification of the bidders and exclusion from future business dealings Integrity pact shall be signed by the person who is authorized to signed the Bid The Name and Contract details of the Independent External Monitor (IEM) nominated by the Bank are as under: Sri. Dilip Mavinkurve Sri. Hari Santosh Kumar id: dilip.corpnbank@gmail.com id: hsantoshkumar50@gmail.com 36. Corrupt and Fraudulent Practices 36.1 As per the Central Vigilance Commission (CVC) directives, it is required that Bidders/Suppliers / Contractors observe the highest standard of ethics during the procurement and execution of such contracts in pursuance of this policy: 36.2 Corrupt Practice means the offering, giving, receiving or soliciting of anything of values to influence the action of an official in the procurement process or in contact execution AND 36.3 Fraudulent Practices means a misrepresentation of facts in order to influence a procurement process or the execution of contract to the detriment of the Bank and includes collusive practice among bidders (prior to or after submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the Bank of the benefits of free and open competition The Bank reserves the right to reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question The Bank reserves the right to declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing the contract. ******** Tender 10/ for supply, installation of Symantec AV Solution Page 13 of 48

14 Qualification Criteria 1. Eligibility of the Bidder Sl. Particulars No. 1 The Bidder should be a leading Information Technology (IT) Services Company with IT Products and Services as its main business. 2 The Bidder should have his Headquarters in India and registered under the Indian Companies Act, 1956 and the company should be in existence in India for the last 3 years. (as on ). 3 The turnover of the company in the previous two financial years ( and ) should be more than Rs. 25 crores per year. 4 The Company/firms are required to have positive net worth for the last two years 5 The Bidder should not have been blacklisted by any Government Dept/ PSU/ Banks as on date of submission of the bid. Also, the Bidder shall not be under a Declaration of Ineligibility for Corrupt or Fraudulent Practices with any of the Government or Public Sector Units 6 Power of Attorney in the name of the person signing the Tender Supporting Document Copies of Memorandum of Articles of Association and Certificate of Incorporation Copy of Certificate of Incorporation Copies of Audited Balance Sheets and CA Certificate A copy of the immediate previous two financial years ( and ) audited balance sheets and profit & loss account must be submitted along with the offer. Certificate duly signed by Chartered Accountant of the Bidder for total turnover and turnover from IT services A self-certified letter signed by the Authorized Signatory of the Bidder Power of Attorney, in the name of person signing the Tender, authorizing him to submit 2. Track Record of installations Sl. Particulars No. 7 The OEM/bidder should be in business of Development/manufacturing/selling, Information Security products for last three years in India. (as on ) 8 The OEM/bidder should provide proof of having sold minimum 10,000 End point security licenses which have been installed and working in any of the PSU/Bank/Financial Institution for the immediate previous two years ( and ). Supporting Document Copies of Customers Letter/Contract/Purchase Order/Acceptance Letter The bidder should submit a certificate of having implemented the Information Security solution and working successfully at respective PSU/Bank/Financial Institution during previous two years ( and ) Tender 10/ for supply, installation of Symantec AV Solution Page 14 of 48

15 Sl. Particulars No. 9 In addition, it is required that the bidder should have executed one or more single order of Rs.50 Lakhs or more in the immediate previous two years in India ( and ). 10 The information should also be provided in respect of the recent 5 largest clients in the format as given in Annexure F Supporting Document Copies of contract orders/ Purchase Order received/handled by them with proof of delivery. As per Annexure F 3. Support Service Centre Sl. Particulars No. 11 The OEM/bidder should have its own service centers/offices/ Technical Assistance Centers in India (at Bangalore/Mangalore) to provide onsite and on-demand support. Supporting Document Details of service center to be submitted (address, toll free number etc.) as mentioned in Annexure K. The Bank may at its discretion, verify the information provided in this annexure in respect of the service centres for their veracity and correctness. The bidder should also have satisfactory track record of service support rendered by them as judged by the Bank. 4. Quality Standards The Bank is looking for well proven / designed and quality product, which is used by a large number of users in India. The Bank is also looking for professionally qualified and quality personnel, who cater services at Helpdesk and on-field for a large number of branches/offices in India. All items quoted should be associated with specific model numbers and names and with printed literature. Any departure from the specifications as given in Annexure A should be clearly listed in Annexure called deviations giving reasons thereof. Sl. Particulars No. 12 The Bidder should have at least 5 technically skilled Engineers in their roll who are direct employees of the organization and who are having experience in Supply & Installation of Symantec End Point Protection Anti-Virus Solution 13 Bidders, other than the manufacturers must submit a letter of authority from their manufacturers that they have been authorized to quote on behalf of the manufacturer as per Annexure E. The MAF should be in original and letterhead of the manufacture company duly signed and stamped. Supporting Document List to be submitted with necessary details MAF as per Annexure Tender 10/ for supply, installation of Symantec AV Solution Page 15 of 48

16 5. Compliant Proposals / Completeness of Response a) Bidder is advised to study all instructions, forms, terms, requirements and other information in the tender documents carefully. Submission of the bid shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. b) Failure to comply with the requirements of this paragraph may render the Proposal noncompliant and non-responsive and the Proposal may be rejected. Bidders must: I. Include all documentation specified in this tender; II. III. 6. Consortium enclose proof in support of all Eligibility Criteria Follow the format of this tender and respond to each element in the order as set out in this tender Consortium of organizations / companies is NOT allowed for the purpose of this bid. 7. Sub-contracting Sub-Contracting is NOT allowed for the purpose of this bid 8. Manufacturer s Authorization Form Bidders, other than the manufacturers must submit a letter of authority from their manufacturers that they have been authorized to quote on behalf of the manufacturer as per Annexure E. ******** Tender 10/ for supply, installation of Symantec AV Solution Page 16 of 48

17 Terms and Conditions 1. Scope of work The broad scope of the tender is Supply, installation, commissioning of Symantec End Point Protection Anti-Virus Solution for End Points Licenses as per the technical specification mentioned in Annexure A and as per the terms and conditions of this Tender. The Detailed scope of work is mentioned in Annexure A1. 2. Delivery The Bank s requirement is for Supply, installation, commissioning of Symantec End Point Protection Anti-Virus Solution for End Points Licenses to the Bank. The delivery is to be completed within 4 weeks from the date of Purchase Order. 3. Payment Terms The Bank is agreeable to make the payment as follows: The Bidder may choose options 3.1 or 3.2 as given below. 3.1 Where advance is sought by the Bidder from the Bank The Bank will pay 25 % of the order value as advance against a Bank Guarantee (as per the format prescribed by the Bank). The Bank Guarantee should be valid for a period of 4 months from the date of purchase order or 30 (thirty) days after the date of delivery of the Symantec End Point Protection AV licenses & acknowledgement by the Bank whichever is later. The Bank Guarantee should be for a sum equal to 25% of the order value plus 2% per month for the period of Bank Guarantee. For such advance paid, the Bank will charge 12% per annum from the bidder till the date licenses are delivered and acknowledged. Such interest on advance will be adjusted against the balance amount payable by the Bank to the bidder % of the order value will be paid on completion of delivery and installation at the given locations or on production of SNR report. The Bank will make this payment at Head Office, Mangalore within 15 days from the date of receipt of claim from the bidder along with necessary proof of installation of the systems ordered or against production of site not ready (SNR) reports from locations duly signed and dated by users under Branch/Office seal as the case may be Balance of 20% amount will be paid against a Performance Bank Guarantee (as per the format prescribed by the Bank) for the equivalent amount valid for the warranty period with a claim period of six months after successful installation and acceptance of the Licenses or on production of SNR report. Tender 10/ for supply, installation of Symantec AV Solution Page 17 of 48

18 3.2 Where advance is NOT sought by the bidder from the Bank: If the bidder does not wish to claim the advance as mentioned in para 3.1 above, 90% of the order value will be paid on deliver at the given location. The Bank will make this payment at Head Office, Mangalore within 15 days from the date of receipt of claim from the bidder along with necessary proof of installation and commissioning of the systems ordered or against production of site not ready (SNR) reports from locations, as the case may be, duly signed and dated by users under branch/office seal Balance of 10% will be paid against a Performance Bank Guarantee (as per the format prescribed in the tender) for the equivalent amount valid for the warranty period with a claim period of six months after successful installation and acceptance of the Licenses or on production of SNR report. 4. Pricing & Payments The price offered to the Bank must be in Indian Rupees exclusive of taxes, cost of installation, commissioning. From the date of placing the order till the delivery of the Licenses, if any changes are brought in the tax structure by the Government resulting in reduction of the cost of the Licenses, the benefit arising out of such reduction shall be passed on to the Bank. 5. Delivery, Installation and Commissioning a) The Bidder shall be responsible for delivery and installation of the Symantec End Point Protection Anti-Virus Licenses ordered at Head Office Mangalore and for making them fully functional at no additional charge within 4 weeks from the date of Delivery Instructions. The Bidder shall be responsible for immediate delivery of the Licenses on receipt of such release orders. b) The installation will be deemed as incomplete if any component of the Symantec End Point Protection Anti-Virus Solution Licenses is not delivered or is delivered but not installed and/or not made operational or not acceptable to the Bank. In such an event, the supply & installation will be termed as incomplete and will not be accepted and the warranty period will not commence. The installation will be accepted only after complete configuration and satisfactory working for a minimum period of 15 days. c) If the Bidder fails to deliver and/or install the Symantec End Point Protection Anti-Virus Solution Licenses ordered within the stipulated time schedule or by the date extended by the Bank, the same shall be treated as a breach of contract. In such case, the 25% advance received (Clause 3.1 under Payment terms) by the Bidder will become returnable to the Bank immediately with interest at 2% per month from the date of making advance payment and the Bank may invoke the Bank Guarantee without any notice. In the event of the Bank agreeing to extend the date of delivery at the request of the Bidder, it is a condition precedent that the validity of Bank Guarantee shall be extended by further period as required by the Bank before the expiry of the original Bank Guarantee. Failure to do so will be treated as breach of contract. In such an event the advance paid to the Bidder will become returnable together with 2% per month to the Bank forthwith and the Bank reserves its right to invoke the Bank Guarantee. d) Installation and configuration of the Symantec End Point Protection Anti-Virus Solution Licenses will be deemed as complete only when the same is accepted by the Bank in accordance with the Terms & Conditions of this Tender. Tender 10/ for supply, installation of Symantec AV Solution Page 18 of 48

19 6. Liquidated Damage If the Bidder fails in delivery and installation of the Symantec End Point Protection Anti-Virus Solution Licenses as per the terms of this tender, the Bank shall be entitled to charge penalty/liquidated Rs. 0.5 % per week per license or part thereof, subject to a maximum of 10% of the order value. 7. Order Cancellation/ Termination of Contract The Bank reserves its right to cancel the entire / unexecuted part of the Purchase Order at any time by assigning appropriate reasons in the event of one or more of the following conditions: 1. Delay in delivery/installation beyond 4/5 weeks from the date of delivery instruction. 2. Repetitive failures/poor service after the delivery and acceptance of the solution by the Bank. 3. Any other valid reason, within the scope of this tender document. In addition to the cancellation of purchase order, the Bank reserves the right to invoke the Bank Guarantee given by the supplier against the advance payment to appropriate the damages. The Bank, without prejudice to any other remedy for breach of contract, by written notice of default sent to the vendor who is awarded the contract and is offering the services, may terminate the Contract in whole or in part if the Vendor fails to perform any obligation(s) under the Contract or for any other reason with or without assigning any reasons. In the event of termination of contract, the vendor is required to continue to provide the service for reasonable time till the Bank arranges for alternate vendor/solution. The Vendor will be given 30 days written notice to cure the default failing which may attract termination. 8. Acceptance Tests At its discretion, the Bank will conduct acceptance test. The test will check for trouble-free operation for ten consecutive days in addition to physical verification and testing. There shall not be any additional charges payable by the Bank for carrying out this acceptance test. 9. Accessories, Software, Drivers & Manuals The Symantec End Point Protection Anti-Virus Solution Licenses shall be supplied with all the bundled software and manuals. The bidder will supply along with each Symantec End Point Protection Anti- Virus Solution Licenses all the related documentation and software. 10. Warranty The offer must include a One Year or Three year comprehensive on-site warranty. The warranty commences from the date of installation and acceptance by the bank or 3 months from the date of delivery whichever is earlier. The Bidder shall be fully responsible for the manufacturer s warranty in respect of proper design, quality and workmanship. The Bidder shall accomplish preventive maintenance activity or review the architecture/solution implemented once in a quarter during the warranty period to ensure that all the End Point Protection Anti-Virus Solution without defect or interruption as per the above condition. Tender 10/ for supply, installation of Symantec AV Solution Page 19 of 48

20 11. Local Support The bidder should be capable of meeting the service & support standards as specified in this tender. Bidders are also required to submit along with their offer a detailed technical assistance and support plan providing complete details like address of the support center, number of service engineers available along with their names, telephone/mobile numbers, fax number. 12. Penalties Delay in delivery and installation The bidder is required to deliver and install the Symantec End Point Protection Licenses at site specified by the Bank. The delivery and installation should be completed within 4 weeks from the date of delivery instruction. If the bidder fails to deliver and install the Symantec End Point Security Licenses within the specified time limit, then Bidder shall be liable for penalty of 0.5% per week per Symantec End Point Security Licenses plus applicable taxes subject to a maximum of 10% of the order value plus applicable taxes. However this penalty will not be applicable if the delay is with the prior written approval of the Bank. 13. Service Level Agreement (SLA) The successful bidder is required to enter into a Service Level Agreement with the Bank within Thirty (30) days of receipt of the Purchase Order, which will include various aspects of services to be provided to the Bank and Maintenance of the solution apart from each and every point published in this Tender and subsequent Purchase Order issued by the Bank. The Bidder may submit the SLA Form they like to execute. It is the prerogative of the Bank to accept the same or to modify. It is reiterated that the SLA to be entered in to by the successful Bidder shall be as approved by the Bank only. Failure of the successful Bidder to comply with the requirement of accepting the purchase order/executing Contract and/or submitting Performance Guarantee shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the Bank may make the award to the next lowest evaluated bidder or call for new bids. 14. Mean Time Between Failures (MTBF) If during the warranty period, any Symantec solution fails on four or more occasions in a quarter, it shall be replaced by equivalent / superior new Symantec solution by the bidder at no additional cost to the Bank. 15. Indemnity The bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceeding, resulting from infringement of any law pertaining to patent, trademarks, copyrights etc. or such other statutory infringements in respect of all the Symantec protection licenses supplied by him. 16. Publicity Any publicity by the bidder in which the name of the Bank is to be used will be done only with the explicit written permission of the Bank. Tender 10/ for supply, installation of Symantec AV Solution Page 20 of 48

21 17. Guarantees The bidder should guarantee that the Symantec End Point Security Licenses delivered to the Bank are brand new, including all components. In the case of software, the bidder should guarantee that the software supplied to the Bank is licensed and legally obtained. Software must be supplied with their original and complete printed documentation. 18. Inspection of Records All bidder s records with respect to any matters covered by this Tender shall be made available to the Bank or its designees at any time during normal business hours, as often as the Bank deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. Said records are subject to examination. Bank s auditors would execute confidentiality agreement with the bidder, provided that the auditors would be permitted to submit their findings to the Bank, which would be used by the Bank. The cost of the audit will be borne by the Bank. The scope of such audit would be limited to Service Levels being covered under the contract, and financial information would be excluded from such inspection, which will be subject to the requirements of statutory and regulatory authorities. 19. Negligence In connection with the work or contravenes the provisions of General Terms, if the Successful Bidder neglects to execute the work with due diligence or expedition or refuses or neglects to comply with any reasonable order given to him in writing by the Bank, in such eventuality, the Bank may after giving notice in writing to the Successful bidder calling upon him to make good the failure, neglect or contravention complained of, within such times as may be deemed reasonable and in default of the said notice, the Bank shall have the right to cancel the Contract holding the Successful bidder liable for the damages that the Bank may sustain in this behalf. Thereafter, the Bank is to be compensated for the failure at the risk and cost of the Successful Bidder. 20. Force Majeure The parties shall not be liable for default or non-performance of the obligations under the contract, if such default or non-performance of the obligations under this contract is caused by any reason or circumstances or occurrences beyond the control of the parties, i.e. Force Majeure. For the purpose of this clause, Force Majeure shall mean an event beyond the control of the parties, due to or as a result of or caused by acts of God, wars, insurrections, riots, earth quake and fire, events not foreseeable but does not include any fault or negligence or carelessness on the part of the parties, resulting in such a situation. In the event of any such intervening Force Majeure, each party shall notify the other party in writing of such circumstances and the cause thereof immediately within five calendar days. Unless otherwise directed by the other party, the party pleading Force Majeure shall continue to perform/render/discharge other obligations as far as they can reasonably be attended/fulfilled and shall seek all reasonable alternative means for performance affected by the Event of Force Majeure. In such a case, the time for performance shall be extended by a period(s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the parties shall hold consultations with each other in an endeavor to find a solution to the problem. Notwithstanding above, the decision of the Bank shall be final and binding on the Bidder. Tender 10/ for supply, installation of Symantec AV Solution Page 21 of 48

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

REQUEST FOR PROPOSAL For Food Plaza for Leasing

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

More information

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

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

More information

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

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

More information

INVITATION OF TENDER BIDS WATER TANKS

INVITATION OF TENDER BIDS WATER TANKS TENDER NO. : MGI/DIF/09/2017-18/02 INVITATION OF TENDER BIDS FOR SUPPLY OF 2000 LITRES HDPE RAIN WATER TANKS MAHATMA GANDHI INSTITUTE OF RURAL ENERGY & DEVELOPMENT Sri Rampuraa Cross, Jakkur, Bengaluru

More information

Indian Institute of Information Technology Pune

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

More information

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

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

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

More information

Standard Bid Document

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

More information

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

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

More information

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

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH AT SRI VASAVI ENGINEERING COLLEGE CAMPUS, TADEPALLIGUDEM 534 102 No. NITAP/CS-01(B)/2018-19 Date: 30.05.2018 INVITATION FOR TENDERS FOR SUPPLY OF Item No.

More information

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

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

More information

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

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

More information

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry Administration of Dadra & Nagar Haveli, U.T., Office of the Director Medical and Health Services, Tel No.(0260) 2642940, 2640615, 2630102 e-mail Id svbch.sil@gmail.com No. DMHS/P & T/Sim Cards/2015/253/4624

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

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

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

More information

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

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

More information

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

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

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry Administration of Dadra & Nagar Haveli, U.T., Office of the Medical Superintendent, Shri Vinoba Bhave Civil Hospital Tel.No.0260-2642940, 2642961 email ID : svbch.sil@gmail.com No. DMHS/VBCH/P&T/Erythropoietin/2015-16/251/4202

More information

COMMERCIAL TERMS AND CONDITIONS

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

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

More information

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

More information

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

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

More information

Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02.

Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02. Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02.2018 Bid document for Annual Maintenance Contract (AMC) of Local Area

More information

BALMER LAWRIE & CO. LTD.

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

More information

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated: Intelligent Communication Systems India Ltd. (ICSIL) (Joint Venture of TCIL - A Govt. of India Enterprise & DSIIDC - An Undertaking of Delhi Govt.) Administrative Building, 1 st Floor, Above Post Office,

More information

Section I: Instruction to Offerors

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

More information

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

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION [PLOT NO.1, SECTOR-7, DRONAGIRI NODE, NAVI MUMBAI-400707 Phone No 2724 0466 /2724 2988, Fax No. 2724 2943 E-mail: [koli.ka@balmerlawrie.com] CIN-LI5492WB1924GOI004835

More information

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

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

Credit Guarantee Fund Trust for Micro and Small Enterprises (CGTMSE)

Credit Guarantee Fund Trust for Micro and Small Enterprises (CGTMSE) Credit Guarantee Fund Trust for Micro and Small Enterprises (CGTMSE) Request for Proposal For Purchase of PCs and Printers under buyback Tender No. 2015-16/IT/03 Tender Issue Date August 14, 2015 Date

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

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

Tender notice Printing of Wall Calendars for the year 2015

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

More information

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

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

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

More information

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

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

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

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

More information

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID BALMER LAWRIE & CO. LTD. SBU: TRAVEL & VACATIONS 4 TH FLOOR, BALMER LAWRIE BLDG, 5- JN HEREDIA MARG, BALLARD ESTATE, MUMBAI 400 001 E-mail: snehal@vacationsexotica.com CIN-LI5492WB1924GOI004835 TENDER

More information

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

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

More information

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

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

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

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

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

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

N O T I F I C A T I O N

N O T I F I C A T I O N Islamabad, June 9, 2004 N O T I F I C A T I O N S.R.O. 432(I)/2004.- In exercise of the powers conferred by section 26 of the Public Procurement Regulatory Authority Ordinance, 2002 (XXII of 2002), the

More information

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

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

More information

NOTICE FOR EMPANELMENT OF SUPPLIERS FOR PURCHASE OF GENERAL STATIONERY ITEMS AT NBSC, LUCKNOW

NOTICE FOR EMPANELMENT OF SUPPLIERS FOR PURCHASE OF GENERAL STATIONERY ITEMS AT NBSC, LUCKNOW NOTICE FOR EMPANELMENT OF SUPPLIERS FOR PURCHASE OF GENERAL STATIONERY ITEMS AT NBSC, LUCKNOW National Bank Staff College (NBSC), intends to prepare a panel of suppliers (hereinafter referred to as Suppliers

More information

Tender. for. Indian Institute of Technology Jodhpur

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

More information

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

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD Tender For Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD Tender Notice No. : 279/SACCS/Electrical/2018 Tender issue date : 30 03 2018 Last date & time of Submission: 12 04 2018

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

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata 700001, Telephone No.033-22546026 No: MMTC/KOL/Cartridge/2017-18 20.06.2017 INVITATION FOR TENDER MMTC invites sealed

More information

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

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

More information

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS 1 KERALA FEEDS LTD. (A Govt. of Kerala Undertaking) Kallettumkara, Thrissur Dist. Pin: 680 683 Phone: 0480-2713550 Fax: 0480-2720194, E-mail: purchase.kfl@kerala.gov.in Website: www.keralafeeds.com No.KFL/381/98/OT-178

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID BALMER LAWRIE & CO. LTD. SBU: TRAVEL & VACATIONS 4 TH FLOOR, BALMER LAWRIE BLDG, 5- JN HEREDIA MARG, BALLARD ESTATE, MUMBAI 400 001 E-mail:snehal@vacationsexotica.com CIN-LI5492WB1924GOI004835 TENDER NO:

More information

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

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

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

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

More information

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

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

More information

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

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

More information

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

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6) NOTICE Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6) Life Insurance Corporation of India, Divisional Office, Karnal intends to invite applications for Empanelment

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

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

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

More information

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

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

More information

Petroleum Planning & Analysis Cell (PPAC)

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

More information

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

Hiring of Commercial Vehicle for Official Use at STPI

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

More information

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018 DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA 700015 TENDER NO: DOCT/COMP/e-NIT20/2018-19 DATE: 13/08/2018 Name of the Work: Procurement of computer consumables

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. 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

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

LOK SABHA SECRETARIAT General Procurement Branch. L. No. 31/1(ii)(CMC)/Rota/2016/GPB Dated

LOK SABHA SECRETARIAT General Procurement Branch. L. No. 31/1(ii)(CMC)/Rota/2016/GPB Dated LOK SABHA SECRETARIAT General Procurement Branch Room No.408, Fourth Floor, Parliament House Annexe, New Delhi - 110001 L. No. 31/1(ii)(CMC)/Rota/2016/GPB Dated 17.11.2016 From K.C. Pandey, Deputy Secretary

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

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

More information

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI 110301 TENDER NOTICE The Central Board of Secondary Education (CBSE) is one of the premier national public examinations

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

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

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

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit INDIRA GANDHI NATIONAL OPEN UNIVERSITY Central Purchase Unit SPEED POST To F.NO. IG/CPU/Photo-copy/2014-15 Date: 02.01.2015 Invitation to Tenderer Sub: Empanelment of Firm for supply of Photocopier Papers

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

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

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

More information

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

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

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

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated: India Government Mint, IDA, Phase-II, Cherlapally,(R.R district), Hyderabad Pin-500051 India Ph. No: 91-40-27261731-34, 27266095 Fax No: 040-27262951 CIN: U22213DL2006GOI144763 E-Mail: igm.hyderabad@spmcil.com

More information

Annexure ***Financial Bid to be Kept in Separate Sealed Envelope duly attested by the bidder with his Seal & /Signature.

Annexure ***Financial Bid to be Kept in Separate Sealed Envelope duly attested by the bidder with his Seal & /Signature. OFFICE OF THE RATE CONTRACT COMMITTEE HEALTH & MEDICAL EDUCATION DEPARTMENT GOVT. MEDICAL COLLEGE SRINAGAR Short Term Tender 08 OF 2018 For the year 2018-19 Annexure ***Financial Bid to be Kept in Separate

More information