Request for Proposal For Engagement of Consultant for Assessment & Development Center

Size: px
Start display at page:

Download "Request for Proposal For Engagement of Consultant for Assessment & Development Center"

Transcription

1 RFP : Engagement of Consultant for Assessment & Development Center Request for Proposal For Engagement of Consultant for Assessment & Development Center [September 25, 2014]

2 Name of the Company RFP Reference Number Date of issue Document Control Sheet IDBI Bank Limited IDBI/ /RFP/003 September 25, 2014 Cost of the Bid/RFP document (Non-refundable) Rs 5000 ( Five thousand Only) Last date for submission of queries Pre bid Meeting Last Date and Time for Receipt of Bids Schedule for Opening of Technical Bids Schedule for Opening of Commercial Bid October 04, :00 Hrs October 08, :30 Hrs October 15, :00 Hrs October 15, :00 Hrs Date & Time will be intimated to the shortlisted bidders Venue for pre-bid meeting/ Opening of proposals IDBI Bank Limited IDBI Tower, WTC Complex, Cuffe Parade, Mumbai Contact Person Telephone Number ID Note: Smt. Sandhya Singh/ Smt. Jhilmil Varsha , sandhya.singh@idbi.co.in jhilmil.varsha@idbi.co.in 1. This tender document is the property of IDBI Bank is not transferable. 2. This bid document has 70 pages. 3. If a public holiday is declared on any of the dates mentioned above, the bids shall be received /opened on the next working day at the same timings specified above. General Manager, Human Resources IDBI Bank Limited 2

3 Disclaimer The information contained in this Request For Proposal (RFP) document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of IDBI Bank Limited (IDBI Bank/Bank), is provided to the bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. This RFP document is not an agreement and is not an offer by IDBI Bank. This RFP is to invite proposals from the applicants who are qualified to submit the Bids ( Bidders ). The purpose of this RFP is to provide the Bidder(s) with information to assist them in formulation of their proposals. This RFP does not claim to contain all the information each Bidder may require. Each Bidder should conduct its own independent investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advice. IDBI Bank makes no representation or warranty, express or implied, and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. The information contained in the RFP document is selective and is subject to updating, expansion, revision and amendment. It does not purport to contain all the information that a Bidder may require. IDBI Bank does not undertake to provide any Bidder with access to any additional information or to update the information in the RFP document or to correct any inaccuracies therein, which may become apparent. IDBI Bank reserves the right or discretion to change, modify, add or alter any or all of the provisions of this RFP document and / or the bidding process, without assigning any reasons, whatsoever. Such change will be intimated to all Bidders and the same shall be final, conclusive and binding on all the Bidders. Any information contained in this RFP document will be superseded by any later written information on the same subject made available to all recipients by IDBI Bank. IDBI Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. IDBI Bank reserves the right to reject any or all the RFPs received in response to this RFP document at any stage without assigning any reason whatsoever. The decision of IDBI Bank shall be final, conclusive and binding on all the parties. 3

4 SN Table of Contents Description Section I 1 Introduction 2 Purpose 3 Qualification Criteria 4 General Instructions 5 Payment Terms Section II : Procedure for Submission of Bids 1 General 2 Documents to be submitted along with the Bid 3 Bid Evaluation Criteria 4 Clarification of Bid Document 5 Language of Bids 6 Bid Price 7 Firm Princes 8 Bidder Qualification 9 Period of Validity of Bids 10 Format and Signing of Bid 11 Last Date for Receipt of Bids 12 Late Bids 13 Modification and Withdrawal of Bids 14 Address for Correspondence 15 Opening of Bids 16 Clarifications 17 Preliminary Examination 18 Contacting Bank 19 Post Qualification 20 Financial Bidding Process 21 Disqualification 22 Bank's Right to Accept Any Bid and to Reject Any or All 23 Acceptance of Bid 24 Signing of Contract Section III : Terms & Conditions of Contract 1 Definitions 2 Interpretationn 3 Conditions Precedent 4 Scope of Work 5 Completion Schedule Page No l Bids

5 6 Standard of Performance 7 Payment terms 8 Use of Contract Documents and Information 9 Intellectual Property Rights and Patent Rights 10 Indemnity 11 Change /Alteration/Variations 12 Contract Amendments 13 Delays in the Contractor s performance 14 Termination for Convenience 15 Dispute Resolution 16 Addresses for Notices 17 Taxes and Duties 18 Bidder s Integrity 19 Contractor s Obligations 20 Patent Rights 21 Survival 22 No Agency 23 The Tri-partite Agreement 24 Statutory Requirements: 25 Contract Prices 26 Information Security 27 Ownership and Retention of Documents 28 Representations and Warranties 29 Confidentiality 30 Term and Extension of the Contract 31 Termination 32 Consequences of Termination 33 Conflict of interest 34 Publicity 35 Penalty 36 Relationship between the Parties: 37 No Assignment 38 Entire Contract 39 Governing Law 40 Jurisdiction of Courts 41 No Claim Certificate 42 Completion of Contract 43 Revisions & Changes 44 Price 45 Force Majeure

6 46 Insurance Terms & Conditions for working at Bank s Office Non Waiver Mode of Ordering Sub-Ordering Invoicing Instructions Bid Validity Serving Competitors Proposal Presentation Proposal Format 52 Section IV 1 Annexure I :Checklist of Pre Qualification Criteria: Documents Required 53 2 Documents to be submitted 53 3 Format for submission of the Financial Bids 55 4 Annexure II: Self Declaration 56 5 Annexure III: Declaration of Financial & Administrative Details 57 6 Annexure- IV: Acceptance of Terms and Conditions Contained in the RFP Documents 58 7 Annexure V: Cut of slip for (Technical bid) 59 8 Cut of slip for (Financial Bid) 60 9 Format of Contract Form Format of Non Disclosure Agreement 63 6

7 Section I 1) Introduction IDBI Bank Ltd. ( Bank ) is a company in terms of the Companies Act, 2013 and a banking company under section 5 (c) of the Banking Regulation Act, 1949 (10 of 1949). IDBI Bank is also a Scheduledd Bank as notified by the Reserve Bank of India, on , under the Reserve Bank of India Act, 1934and also categorized it as Other public sector Bank. Bank is engaged in the business of banking. 2) Purpose This RFP is issued by IDBI Bank for inviting comprehensive proposals from competent bidders to communicate their qualifications and solution specifications for conducting Assessment Development Centre (ADC) as per the requirements / specifications, terms and conditions and scope of work defined in this and other annexed documents of this RFP. The purpose of this RFP is to inform potential Bidders of a business opportunity and to solicit proposals for ADC services for senior officers of the Bank. Based upon the review and evaluation of proposals offered in response to this RFP, the Bank may, at its sole discretion, negotiate with the selected/ successful Bidder and shortlist him for the purpose of outsourcing the work of ADC. Notwithstanding any other provisions herein, Bidder s participation in this process is voluntary and at Bidder's sole discretion. Price will be a consideration but will not be the sole factor in the Bank s decision to award the contract to the successful Bidder. Bank reserves the right to accept or reject any or all bids for any reason at any time without assigning any reason whatsoever. Bank also reserves the right at its sole discretion to select or reject any or all Bidder(s) in this process and will not be responsiblee for any direct or indirect costs incurred by the Bidders in this process Cost of RFP document Cost of RFP / Bid document is Rs 5000/- (Rupees Five thousand only). While downloading the RFP/Bid Document from the Internet (IDBI Bank site), the prescribed amount towards the cost of Bid Document should be paid by the Bidder along with the submission of the Bid response. The DD/PO should be favour of IDBI Bank Ltd, payable at 7

8 Mumbai. Bids without the payment of amount towards the cost of Bid Document shall be rejected. The Cost of RFP / Bid document is non-refundable. 3) Qualification Criteria 3.1. The bidder should be based in India or have presence in India i.e., must have registered office in India. The Bidder can be a sole proprietor or a partnership firm or a company having its registered office in India The bidder should have made net profit in the last three financial years i.e , and The Bidder is require to submit his/its audited balance sheets for last 3(three) financial years The bidder should have carried out at least one assignment of Assessment Development Centres of minimum value of Rs. 10 Lakh in a PSU/ large private organization in preceding five years prior to the due date of submission of bids The Bidder shall give a self-declaration that (a) the Bidder is solvent; (b) there is no vigilance and / or court case pending against the Bidder; (c) no inquiry or investigation is pending against the Bidder from any statutory regulatory and / or investigation agency; (d) the Bidder has not been blacklisted by any Government body/ PSB/PSU in the last three years and (e) the Bidder has all necessary licenses, permissions, consents, no objections, approvals as required under law for carrying out its business as on date of submission of the bid. Note: Bidder must comply with all the above mentioned criteria as specified above. Photocopies of relevant documents / certificates should be submitted as proof in support of the claims made for each of the above mentioned criteria. The Bank reserves the right to verify / evaluate the claims made by the bidder independently. Any deliberate misrepresentation will entail rejection of the bid/offer abintio Due Diligence The Bidder is expected to examine all instructions, forms, terms and conditions in this RFP and study the RFP document carefully. Bid shall be deemed to have been submitted after careful study and examinationn of this RFP with full understanding of its implications. The Bid should be precise, complete and in the prescribed format as per the requirement of this RFP. Failure to furnish all information as required in this RFP or submission of a Bid not 8

9 responsive to this RFP in each and every respect will be at Bidder s own risk and may result in rejection of the Bid and for which IDBI Bank shall not be held responsible Amendment of RFP document a) IDBI Bank reserves the right, in its sole discretion, of inclusion of any addendum to this entire Bid process. The Bidders shall not claim as a right for requiring IDBI Bank to do the aforesaid. b) At any time before the deadline for submission of Bids / offers, IDBI Bank may, for any reason, whether at its own initiative or in response to a clarification requested by prospective Bidders, modify this RFP Document and all such modifications shall be binding on the Bidders. c) All prospective Bidders who have received this RFP document shall be notified about the amendment in writing vide or fax or post, and all such amendments shall be binding on them. d) If required in order to allow prospective Bidders reasonable time in which they need to take the amendment into account in preparing their Bids, IDBI Bank at its sole discretion reserves the rights to extend the deadline for the submission of Bids. In no circumstance, the deadline for submission of Bids shall be extended beyond a period of 15days. However, no request from the Bidder, shall be binding on IDBI Bank for the same. IDBI Bank s decision in this regard shall be final, conclusive and binding on all the Bidders. e) Any attempt by the Bidders to visit or meet Top management officials of the IDBI Bank in connection with or incidental to the Bid process, shall be construed by the IDBI Bank as an unlawful attempt by the prospective Bidder, to influence the Bid process and may invite disqualification from bidding. Only one authorized representative of each bidder would be permitted to visit for submitting the RFP Document/ or when called by the IDBI Bank. 4) General Instructions 4.1 The bid consists of two parts namely, Technical Bid and Financial Bid, which are required to be submitted in two separate sealed covers marked as "Technical Bid" and "Commercial Bid". Bidders will be allowed to participate in Financial Bid only if the Technical Bid is cleared and accepted. 9

10 4.2 All the bids duly addressed to Smt. Sandhya Singh, IDBI Bank Limited and must be submitted in person or couriered to the IDBI representative mentioned below at the following address on or before the due date as specified in RFP. Smt. Sandhya Singh 21st floor, IDBI Bank Limited IDBI Tower, WTC Complex, Cuffe Parade, Mumbai IDBI Bank reserves the right to accept or reject in part or full any or all the bids without assigning any reason whatsoever. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 4.4 Decision as to any arithmetical error, manifest or otherwise in the response to Bid Document shall be decided at the sole discretion of Bank and shalll be binding on the Bidder. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 4.5 Bank reserves the right to re-issue / re-commence the entire bid process in case of any anomaly, irregularity or discrepancy in regard thereof. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 4.6 Interested Bidders may obtain further information from Smt. Jhilmil Varsha, IDBI Bank Ltd, 21st floor, IDBI Bank Limited, IDBI Tower, WTC Complex, Cuffe Parade, Mumbai Phone No between hrs to hrs on working days or to jhilmil.varsha@idbi.co.in. 4.7 Modification to the Bid Documents, if any, will be made available as addendum on the Internet and / or ed to the prospective bidders. 4.8 The Bid Documents may be downloaded from our website and submitted to the above mention office address. 4.9 If a holiday is declared on any of the dates mentioned above, the bids shall be received /opened on the next working day at the same timings specified above Successful bidder would sign the Agreement with Bank at Mumbai only Bidder will need to work in parallel along with the Bank to ensure timely completion of project within stipulated timeframe. To complete the work Bidder officials may have to visit the Bank multiple times, if required, at no extra cost to the Bank Each vendor shall submit only one proposal. 10

11 4.13 Quotation shall remain valid for a period of 180 days from date of submission of Commercial Bid Prices quoted should be all inclusive i.e. inclusive of Taxes / Duties / Statutory levies excise duty, Sales tax, VAT and charges The price quoted is to be written in words as well as figures and in case of discrepancies between prices written in words and prices written in figures, the prices written in words shall be considered to be correct All taxes, if any, applicable shall be deducted at source as per current rate while making any payment IDBI Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard The bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the award of contract without assigning any reasonss whatsoever IDBI Bank reserves the right to accept or reject any quotation and to cancel the bidding process and reject all quotations at any time prior to award of the contract Payment will be cleared within 30 days after submission of necessary documents. 5) Payment Terms Payments shall be made after the completion of the stages of ADC exercise as under: a) 10 % of the cost of the total project on completion of the Competency framework and ADC design to the satisfaction of the Bank b) 20 % on completion of the first 5 batches of the ADC c) 20 % on completion of the second lot of the 5 batches of ADC d) 50% on submission of the final report for all the batches and individuals as per the design of the ADC. Notes: i. Payment shall be released either through Electronic Clearing System (ECS) / Electronic Fund Transfer (EFT) / Real Gross Time Settlement (RGTS) or 11

12 ii. through Internet. The attached mandate form shall be duly filled in and submitted in advance to facilitate payment. Bank, as per the provisions of the Income Tax Act, shall make Income Tax deductions, as applicable, at source. 12

13 Section II Procedure for Submission of Bids 1) General: 1.1. One Copy of sealed Technical Bid & One Copy of the sealed Commercial Bid must be submitted at the same time, giving full particulars in separate sealed envelopes All the envelopes must be super-scribed with the following information: Type of Offer (Technical or Commercial) Reference Number (IDBI RFP No.) Due Date Name of Bidder Name of the Authorised Person 1.3. All Schedules, Formats and Annexure should be stamped and signed by an authorized official of the bidder s company ENVELOPE-I (Technical bid): The Technical bid should be complete in all respects and contain all information asked for, except prices. The Technical bid should not containn any price information. The TECHNICAL BID should be complete and should be submitted in the specified format only ENVELOPE-II (Commercial bid): The Commercial bid should give all relevant price information and should not contradict the TECHNICAL BID in any manner. The COMMERCIAL Bid should be submitted in specified format only The prices quoted in the commercial bid should be without any conditions Please note that if any envelope is found to contain both technical and commercial bid, then that offer will be rejected out rightly. 2) Documents to be submitted along with the Bid: 2.1. Technical Bid Separate Envelope 2.2. Commercial Bid Format Separate Envelope Unconditional Acceptance of Terms and Conditions 2.4. Fulfilment of Eligibility Criteria and supporting documents No vigilance/black listing/court case declaration. 13

14 2.6. Certified true copy of Board Resolution duly passed, in case of a company, towards authorizing the signatory to sign all documents in respect of RFP including the commercial bid. The above details are MANDATORY, without which the Bids are liable to be rejected A. Before bidding, the Bidders are requested to carefully examine the Bid Document and the terms and conditions of the contract thereof, and if there appears to be any ambiguity, gap(s) and/ /or discrepancy between any of the Bid Document they should forthwith refer the matter to Bank for necessary clarifications and / or confirmation. B. The Bidder shall complete in all respects, form(s) annexed to the Bid Document, quote the prices, furnish the information called for therein, and sign and date each of the documents in the relevant space provided therein for the purpose. The Bidder shall initial each page of the Bid Document. C. The bid shall be properly signed by a person or persons duly authorized by the Bidder with signature duly attested. In the case of a body corporate, the bid shall be signed by the duly authorized officers and supported by requisite internal corporate authorisations. The bid submitted in case of a consortium shall be rejected without assigning any reason thereof. D. The bid shall contain the full name, address, telephone no.(mobile no and landline), fax no. and ID, if any, of Bidder for facilitating communications including notices to be given to the Bidder in connection with the bid transaction. E. The Bid forms and the Documents attached to it shall not be detached or removed one from the other and no alteration (s) or mutilation (s) (other than filling in all the blank spaces) shall be made in any of the Bid Documents attached thereto. Any alterations or changes to the entries in the attached documents shall be made by a separate covering letter, in the absence of which it shall be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 14

15 F. The Bidder shall bear all costs for the preparation and submission of the Bid Documents. Visits (if any) to Bank s office and overnight stays (if any) for discussions, etc., shall be borne by the Bidder. Bank shall not be responsible or liable for reimbursing/compensating these costs, regardless of the conduct or outcome of the bidding process. G. The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the documents as secret and strictly confidential. H. Bank reserves the right to adjust arithmetical or other errors in the bid, in the manner in which Bank considers appropriate or deem fit. Any adjustmentss so made by Bank shall be stated to the Bidder, if Bank makes an offer to accept his bid. The final decision as to any error manifest or otherwise shall be at the sole discretion of Bank and shall be final, conclusive and binding on the Bidder. I. The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and Bank and supporting documents and printed literature shall be in English. J. The Bidder cannot quote for the project in part. K. The Bidder is expected to examine and follow all instructions, forms, terms & conditions, and scope of work in the Bid Document. Failure to furnish complete information in all respects required by the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect willl be at the Bidder's risk and may result in the rejection of the Bid by Bank. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. L. The Bidder shall prepare the bid based on details provided in the Bid document. 3) Bid Evaluation Criteria 3.1. The Bidders shall submit their offers strictly in accordance with the terms and conditions of the Bid Document. Any bid, which stipulates conditions contrary to the terms and conditions given in the Bid Document, is liable for rejection. Any decision of IDBI Bank in this regard shall be final, conclusive and binding on the Bidders. 15

16 3.2. The Financial Bid will be opened only if the Technical Bid is cleared and accepted L1 Bidder will be arrived at by considering the lowest bidder of the services and keeping in view the interests of the Bank To meet Bank's requirements, as spelt out in the Bid Document, the selected Bidder must have the requisite experience and expertise in conducting ADC, Bank reserves the right to modify / amend the evaluation process at any time during the Bid process, without assigningg any reason, whatsoever, and without any requirement of intimating the Bidders of any such change. Any time during the process of evaluation, Bank may seek specific clarifications from any or all Bidders. 4) Clarification of Bid Document Any prospective Bidder requiring clarification of the Bid Document may notify Bank in writing at the mailing addresss indicated in Section I. Bank will respond in writing, to any request for clarification of the Bid Document, received not later than the dates prescribed in Section I of this Bid Document. Bank s response (including an explanation of the query but without identifying the source of inquiry) will be posted on Bank s website. In case of a difference of opinion on the part of the Bidder in comprehending and /or interpreting any clause / provision of the Bid Document, after submission of the Bid, the interpretation by Bank and decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 5) Language of Bids The Bids prepared by the Bidder and all correspondence and documents relating to the bids exchanged by the Bidder and Bank, shall be written in the English language. 6) Bid prices: a) The Bidder shall indicate the per employee price and total Bid Prices of the services, it proposes to provide under the Contract. This should be incorporated in financial bid. b) The prices quoted should be written both in figures and words. In case of any discrepancy, the price mentioned in words will be treated as correct and will be relied upon. 16

17 c) The prices quoted willl be inclusive of all applicable taxes including sales tax, VAT, duties, levies, charges, Service tax, etc. Applicable taxes would be deducted at source, if any, as per prevailing rates. d) The prices quoted should be valid for the period of 180 days from the date of award of the contract. e) In the absence of above information a bid may be considered incomplete and summarily rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. f) Bidder shall carry out the project strictly in accordance with the requirements detailed under the Scope of Work of the Bid document and it shall be the responsibility of the Bidder to fully meet all the requirements of the Bid document and to complete the Work as per schedule. 7) Firm Prices Prices quoted must be firm and final and shall not be subject to any re-openers or upward modifications, on any account whatsoever including exchange rate fluctuations, revision in taxes, duties, levies, charges etc. The Bid Prices shall be indicated in Indian Rupees (INR) only. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 8) Bidder Qualification a) The "Bidder" as used in the Bid Documents shall mean the one who has signed the Bid Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in which case he/she shall submit a certificate of authority. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall, as far as possible, be furnished and signed by the Authorized Representative and the Principal Officer. b) It is further clarified that the individual signing the Bid or other documents in connection with the bid must certify whether he/she signs as Constituted Attorney of the firm / company. 17

18 c) The Bidder shall sign the bid with the exact name of the firm to whom the contract is to be issued. The bid shall be duly signed and sealed by an executive officer of the Bidder s organization. Each bid shall be signed by a duly authorized officer. d) The Bidder shall clearly indicate their legal constitution and the person signing the bid shall state his capacity and also source of his ability to bind the bidder. e) The power or authorization, or any other document consisting of adequate proof of the ability of the signatory to bind the Bidder shall be annexed to the bid. Bank may reject outright any bid not supported by adequate proof of the signatory s authority. 9) Period of Validity of Bids a) Bids should be valid for 180 (one hundred and eighty) days from the last date of submission. A bid valid for a shorter period may be rejected by Bank as non- conclusive and responsive. Any decision in this regard by Bank shall be final, binding on the Bidder. b) In exceptional circumstances, Bank may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 10) Format and Signing of Bid a) The Bidder shall submit Only One Original set of the bid. b) The original bid shall be typed or written legibly. The original shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. c) The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the authorised person or persons signing the bid. d) The bid should be a complete document and should be bound as a volume. The document should be printed on one side only with page numbers and appropriately flagged and contain the list of contents with page numbers. The deficiency in 18

19 documentation may result in the rejection of the Bid. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. e) Each page should be stamped and initialed by authorized signatory. f) The Bidders shall seal and mark the Bid accordingly. g) If the outer cover of the bid is not sealed and marked appropriately, Bank will assume no responsibility for the bid's misplacement or premature opening. 11) Last Date for Receipt of Bids a) Bids will be received by Bank on the date and at the address specified under Section I. b) In the event of the specified date for the receipt of Bids being declared a holiday for Bank, the Bids will be received upto the appointed time on the next working day. 12) Late Bids Any bid received by Bank after the last date for receipt of bids prescribed by Bank, will be rejected and/or returned unopened to the Bidder. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 13) Modification and Withdrawal of Bids 1. The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice of the modification or withdrawal is received by Bank prior to the last date prescribed for submission of bids. 2. The Bidder should submit its modified bid in wholesome as a previous bid. replacement of its 3. The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of this document. 4. No bid may be modified subsequent to the last date for receipt of bids. 5. No bid may be withdrawn in the intervening period between the last date for receipt of bids and the expiry of the bid validity period specified by the Bidder in the Bid. 19

20 14) Address for Correspondence The Bidder shall designatee the official mailing address, place and fax number to which all correspondence shall be sent by Bank. 15) Opening of Bids 1. On the basis of information furnished in the Technical Bid, Bidders will be qualified and shortlisted. The bids of Bidders, who do not qualify at this stage, will not be taken up for further evaluation. 2. Only technically qualified (shortlisted) Bidders will be allowed to participate in commercial bid. 3. The Bidders' names, modifications, bid withdrawals and the presence or absence of the requisite details as Bank, at its discretion, may consider appropriate or deem fit will be announced at the bid opening. 16) Clarifications When deemed necessary, Bank may seek clarifications on any aspect from the Bidder. However, that would not entitle the Bidder to change or cause any change in the substance of the bid submitted or price quoted. 17) Preliminary Examination 1. Bank will examine the bids to determine whether they are complete, whether any computational/arithmetical errors have been made, whether Bid Documents have been properly signed, and whether the bids are generally in order. 2. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the per employee price and the total price that is obtained by multiplying the per employee price and the number of employees, the per employeee price shall prevail and the total price shall be corrected. If the Bidder does not accept the correction of the errors, its bid will be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. If there is a discrepancy between words and figures, the amount in words will prevail. 20

21 3. A bid determined as not substantially responsive will be rejected by Bank and may not subsequently be made responsive by the Bidder by correction of the nonconformity. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 4. Bank may waive any minor informality or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of any Bidder. 18) Contacting Bank 1. No Bidder shall contact Bank on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 2. Any effort by a Bidder to influence Bank's bid evaluation, bid comparison or contract award decisions may result in the rejection of the bid. 19) Post Qualification 1. Bank will determine to its satisfaction whether the Bidder selected as having submitted the best-evaluated responsive bid is qualified to satisfactorily perform the Contract. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 2. This determination will take into account the Bidder's financial, technical, implementation and post-implementation capabilities and track record. It will be based upon an examination of the documentary evidence submitted by the Bidder. 3. An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A negative determination will result in rejection of the bid, in which event; Bank will proceed to the next best-evaluated bid to make a similar determination of that Bidder's capabilities to perform satisfactorily. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 20) Financial Bidding Process In this phase, Commercial bids will be open of the shortlisted Bidders who are technically qualified. The date and time would be provided to the shortlisted Bidders separately. 21

22 Bank shall however not bind itself to accept the lowest bid or any bid and reserves the right to accept any bid, wholly or in part. 21) Disqualification The Bank may at its sole discretion and at any time, disqualify any Bidder, under the following circumstances: i. The Bidder has made any misleading or false representationn in the statements and attachments submitted in or along with the RFP; ii. The bidder has exhibited a record of poor performance such as abandoning works, not completing the contractual obligations properly, inordinately delaying completion of projects/assignments or financial failures, etc. in any project/assignment in the preceding 3 (three) years; iii. The bidder has submitted a proposal that is not accompanied by required documents or is non-responsive; iv. The bidder has failed to provide clarifications related thereto, when sought; v. The bidder has been blacklisted by any Central/State government/public Sector Undertaking/autonomous organisation under Central/ /State government. vi. The bidder has submitted more than one Proposal (without withdrawing previous proposals). vii. Any form of canvassing or attempt to influence in any manner the qualification or selection process, including without limitation, by offering bribes or other illegal gratification. viii. Any other condition as the Bank may deem fit for disqualification. 22) Bank's Right to Accept Any Bid and to Reject Any or All Bids Bank reserves the right to accept / reject any bid and to annul the Bid process at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Bank's action. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 22

23 23) Acceptance of Bid Prior to the expiration of the period of bid validity, Bank will notify the successful Bidder in writing, that its bid has been accepted. 24) Signing of Contract 1. After Bank notifies the successful Bidder that its bid has been accepted; the Bidder should sign the Agreement / Contract Form. The Agreement/ Contract form would be signed in Mumbai only (given in Section V). 2. The successful Bidder shall sign the Agreement / Contract Form at Mumbai within 25 days of receipt of notification of award of contract. 23

24 Section III Terms & Conditions of Contract 1) Definitions In this Contract, the following terms shall have the following meanings and shall be interpreted accordingly: 1. "The Contract" means the agreement entered into between Bank and the successful Bidder as recorded in the contract form duly signed by the Parties, including all annexure, schedules, exhibits, supplements, appendices, amendments, revisions 2. "Bank means IDBI Bank Ltd. including its successors and assigns. 3. "Contractor means any person/ firm / company, to which the work has been awarded and whose bid has been accepted by the Bank and shall include its authorized representatives, successors and permitted assignees. 4. "The Contract Price" means the price/compensation payable to the Contractor under and in accordance with the Contract for the due performance and observancee of its contractual obligations under and in accordance with the Contract. 5. "Service(s)" means all the services, which the Contractor is required to provide under and in accordance with the Contract. 6. Service Period means Contract Period the period of 3 (three) year commencing from the date of execution of this Contract. 7. Acceptance of Bid means the letter/fax or any memorandum communicating to the Bidder the acceptance of his Bid and includes an advance acceptance of his Bid. 8. Business Day means any day that is not a Sunday or a public holiday (as per the official holidays observed by the Bank). 9. "Confidential Information" means, (i) intellectual property information including Intellectual Property Information; (ii) technical or business information or material not covered in (i); (iii) proprietary or internal information related to the current, future and proposed products or services of the Parties including, financial information, process/flow 24

25 charts, business models, designs, drawings, data information related to products and services, procurement requirements, purchasing, customers, investors, employees, business and contractual relationships, business forecasts, business plans and strategies, information the Parties provide regarding third parties; (iv) information disclosed pursuant to this Contract and (v) all such other information which by its nature or the circumstances of its disclosure is confidential. 10. Document means any embodiment of any text or image howsoever recorded and includes any data, text, images, sound, voice, codes, computer programmes, software and / or databases or microfilm or computer generated microfiche or similar device. 11. Effective Date means the date on which this Contract is signed and executed by the Parties hereto. If this Contract is executed in parts, then the date on which the last of such Contracts is executed shall be construed to be the Effective Date. 12. Intellectual Property Rights means any patent, copyright, trademark, trade name, design, trade secret, permit, service marks, brands, propriety information, knowledge, technology, licenses, databases, computer programs, software, know how or other form of intellectual property right, title, benefits or interest whether arising before or after the execution of this Contract and the right to ownership and registration of these rights. 13. Parties means the Purchaser and the Bidder and Party means either of the Parties. 14. Site means the place in which the operations/services are to be carried out or places approved by the Bank for the purposes of the Contract together with any other places designated in the Contract as forming part of the Site. In case of a differencee of opinion on the part of the Contractor in comprehending or interpreting any clause the Contract, the interpretation by Bank and the decision of the Bank in this regard shall be final, conclusive and binding on the Contractor. 2) Interpretation In this Contract unless a contrary intention is evident: 1. The clause headings are for convenient reference(s) only and do not form part of this Contract; 25

26 2. Unless otherwise specified a reference to a clause number is a reference to all of its sub- clauses; 3. Unless otherwise specified a reference to a clause, sub-clause or section is a reference to a clause, sub-clause or section of this Contract including any amendments or modifications to the same from time to time; 4. A word in the singular includes the plural and a word in the plural includes the singular; 5. A word importing a gender includes any other gender; 6. A reference to a person includes a partnership and a body corporate; 7. A reference to legislation includes legislation repealing, replacing legislation; or amending that 8. Where a word or phrase is given a particular meaning it includes the appropriate grammatical forms of that word or phrase which have corresponding meanings; 9. Reasonability and materiality of "doubt" and "controversy" shall be at the discretion of the Bank. The words not expressly defined herein shall have meanings ascribed to them in the General Clauses Act, 1897 and the Information Technology Act, ) Conditions Precedent This Contract is subject to the fulfillment of the following conditions precedent by the Contractor. i. Obtaining of all statutory, regulatory and other permissions, approvals, consents and no-objections required under the extant applicable laws for the performance of the Services under and in accordance with this Contract. ii. iii. Furnishing solvency certificate and certificate confirming that there are no vigilance or court cases threatened or pending against the Contractor. Furnishing of such other documents as the Bank may specify. 26

27 4) Scope of Work 4.1 Conduct of Assessment Development Centres (ADC): The Consultant shall conduct the Assessment Development Centre (ADC) for the purpose of assessing 200 officers at the level of Assistant General Manager, Deputy General Manager and General Manager of the Bank. These officers are to be covered in batches (each batch size being of 20 (approx.) participants). All the ADCs shall be conducted in Bank s training premises at Hyderabad. The details of the activities to be undertaken for carrying out above activity are as follows: 4.1.1Project Initiation & Planning The Consultant shall submit the detailed project plan with timelines as per the scope of work to IDBI Bank. The Bank will identify an internal Project-In-Charge and Team to coordinate with the Consultant on this initiative Study of Competency framework a) The Consultant shall study and define the competency framework for all leadership and critical positions in the Bank along with competency definitions and behavioural indicators for such positions. Competencies identified for the group shall enablee the Bank for grooming future leaders for the Bank as well as the Industry. The Consultant may refine the competency definitions behavioural indicators after discussion with the Bank. b) The Consultant shall identify the important/ non-negotiable competencies to be assessed in the ADC based on discussion with the Bank. c) The Consultant shall design the ADC based on the above Design ADC tools a) The Consultant shall design the ADC tools. The tools shall comprise of Psychometric tests, In-Basket exercises, Management Games, Leaderless/ 27

28 Leader-led Group Discussions, Role Plays, Case Study discussions and analysis, Business Presentations, Behavioural Event Interviews etc. Each competency shall be assessed by at least two (2) tools. b) Psychometric testss are mandatory for all batches and shall be conducted online / in hard copy prior to ADC. The consultant shall use any one of the Psychometric tests viz. Hogan, 16PF, DiSC, MBTI or 0PQ32. Any other Psychometric / ADC tools used shall be finalized after discussion with the Bank. c) The Consultant shall share the assessment framework and ADC design including tools, instruments, etc. to be used for assessment with the Bank and refine the same based on the inputs received. The consultant shall clearly indicate the list of tools used for assessing particular competencies to the Project In-Charge, who after internal discussions, etc will sign off the ADC design for running the Centre. d) The Consultant shall submit a panel of assessors as available with them for final short listing by the Bank. e) The Lead assessor should have experience of at least 15 years in the industry / OD interventions. The other assessors should have experience of at least 10 years in the industry / OD interventions. The assessors should have experience of conducting at least 3 Assessment-cum-Development Centre exercises. The profile of the lead assessor should be enclosed with this document. f) The Consultant shall submit to the Bank, draft of the communication material to be sent to the ADC participants regarding the ADC outlining the concept and processes that willl be followed within one week of start of the Project Plan and Conduct the ADC a) The Consultant shall conduct the ADC in batches as mentioned above and duration of each centre shall be maximum 2 days (or as defined at the time of implementation) including one-on-one feedback to the participants. The consultants shall provide qualified assessors to conduct the ADCs. The ratio of Assessors to Participants should be minimum 1:3for each batch. b) The Consultant shall prepare individual participant reports highlighting proficiency level for each of the competency assessed and prepare Individual Development Action Plans based on the assessment. A copy of the Individual 28

29 Development Plans to be handed over to the participants and HR department. The IDPs should contain actionable areas with timelines and indicators to measure/ monitor individual s progress as per the IDP. c) The Consultant shall provide sufficient resources apart from the Assessors required for each ADC for smooth and timely completion of the ADC exercise. The consultant shall also arrange for all the resources including stationeries, flip charts, etc. required for games, simulation exercises and other tools and activities to be performed during ADC. Travel and stay of the assessorss shall be arranged by the consultant Final Presentationn On completion of the ADC of all participants, the Consultantt shall prepare and give a presentation to the Bank based on the SWOT analysis of the participant s vis-à-vis the competencies assessed with focus on thrust areas for development for the assessed group, group development plans, individual development plans, etc Training of Internal Assessor (Optional) Consultant to conduct workshops to train internal assessors for conducting ADCs. Consultant to engage designated Internal assessors during the ADC exercise to give hands on training to conduct ADC. Participants to be trained on: (1) Skill development in observation, recording, classification and evaluation Technique (2) Familiarization with tools and techniques of ADC (3) Analysing Results and Feedback Methodology. 5) Completion Schedulee SN Key Deliverables Timeline 1 Defining Competency Framework and Design of 04 Weeks ADCs 2 Conducting ADCs for the identified group 08 Weeks 3 Submission of Overall Development Centre 03 Weeks 29

30 Scores and Participant s Reports as specified in the scope of work 4 Training of Internal Assessors 03 Weeks The rates offered by the agency shall remain firm for the contract period of three years, wherein based on the feedback of the first ADC exercise the subsequent work /exercise for the next year orders will be placed. 6) Standard of Performance The Contractor shall perform the Service(s) and carry out its obligations under the Contract with due diligence, efficiency and economy, in accordance with generally accepted techniques and practices used in industry and with professional standards and shall observe sound management. It shall employ appropriate advanced technology, procedures and methods. The Contractor shall always act, in respect of any matter relating to the Contract, as faithful advisors to Bank and shall, at all times, support and safeguard Bank's legitimate interests in any dealing with third parties. 7) Payment terms The Bank hereby agrees and covenants to pay the Contractor in consideration of the rendering of the Services, the Contract price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed in Clause 5 of Section I of the Bid document. 8) Use of Contract Documents and Information 1. The Contractor shall treat all documents, information, data of the Bank and communication with the Bank as privileged and confidential. The Contractor shall be bound by the terms and conditions of the Non-Disclosure Agreement, draft of which is given in Section IV. The Contractor shall execute this Non-Disclosure Agreement simultaneously at the time of execution of this Contract. The Contractor shall not, without Bank s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, sample or information or to any person other than a person employed by the Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in utmost confidence and shalll extend only so far as may be necessary and relevant for purpose of such performance and shall be subject to the terms and conditions of the Non-Disclosure Agreement. 30

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement of the current Information Technology IDBI Bank Limited. 22 July2014 1 TABLE OF CONTENTS SL # CONTENT PAGE # 1 Table of Contents 2 2 Document Control Sheet & Disclaimer 4 3 Section - I Background 6 4 Guidelines

More information

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016 Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT for IDBI Asset Ltd. RFP No: IDBI AML/HR/RFP/2016 17/001 Date: 12/05/2016 Page 1 of 64 I TABLE OF CONTENTS

More information

For Network & Telecom Managed Services

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

More information

RFP for Consultant for Implementation of IT Governance Framework based on COBIT 5

RFP for Consultant for Implementation of IT Governance Framework based on COBIT 5 Governance Framework based on COBIT 5 IDBI Bank Limited. 11 January 2014 1 TABLE OF CONTENTS SL # CONTENT PAGE # 1 Table of Contents 2 2 Document Control Sheet & Disclaimer 4 3 Section - 1 Background 6

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT. For IDBI Bank

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT. For IDBI Bank REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT For IDBI Bank RFP No. : IDBI/PCell/RFP/2016-17/021 Date : 18-February-2017 RFP No: IDBI/PCell/RFP/2016-17/021

More information

REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED

REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED RFP No.: IDBI/PCell/RFP/2016-17/022 Date: 01 st March 2017 RFP No: IDBI/PCell/RFP/2016-17/022

More information

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card Request for Proposal (RFP) For Engagement of Consultant for IDBI Bank Credit Card Tender Notice IDBI Bank Limited invites sealed offers from established consultant for preparation & review of processes,

More information

FOR IDBI BANK BRANCHES. Page 1 of 89

FOR IDBI BANK BRANCHES. Page 1 of 89 Page 1 of 89 TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 7 Disclaimer... 8 Section 1... 9 1. Background... 9 2. Guidelines for Bidders... 9 3. Bid Security (EMD)... 9 4. Due Diligence...

More information

Request for Proposal (RFP) RFP No: IDBI/Training/RFP/ /1. For Empanelment of E-Learning Content Developers. For IDBI Bank

Request for Proposal (RFP) RFP No: IDBI/Training/RFP/ /1. For Empanelment of E-Learning Content Developers. For IDBI Bank Request for Proposal (RFP) RFP No: IDBI/Training/RFP/2016-17/1 For Empanelment of E-Learning Content Developers For IDBI Bank Page 1 of 80 TABLE OF CONTENTS Table of Contents Page No. Document Control

More information

Request for Proposal (RFP) For. Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards

Request for Proposal (RFP) For. Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards Request for Proposal (RFP) For Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards Contents 1. Document Control Sheet... 2 2. Disclaimer... 3 3. Abbreviations... 4 4. Introduction...

More information

Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD

Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) & FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD RFP No: IDBI/PCell /RFP/2015-16/23 Date: 11 th January 2016 RFP No: IDBI/PCell/RFP/2015-16/23

More information

RFP FOR PROCURMENT OF KIOSK EQUIPMENTS FOR e-lounge

RFP FOR PROCURMENT OF KIOSK EQUIPMENTS FOR e-lounge IDBI / PCELL/RFP/2015-16/005 Dated 21- July - 2015 Page 1 of 101 Table of Contents Table of Contents... 2 Document Control Sheet... 6 Disclaimer... 7 SECTION 1... 8 1. Background... 8 2. Guidelines for

More information

IDBI Bank Limited RFP FOR PROCUREMENT OF BULK SERVICES. IDBI /PCELL/ RFP/ /018 dated 07 Feb 2017 Page 1 of 78

IDBI Bank Limited RFP FOR PROCUREMENT OF BULK  SERVICES. IDBI /PCELL/ RFP/ /018 dated 07 Feb 2017 Page 1 of 78 IDBI /PCELL/ RFP/2016-17 /018 dated 07 Feb 2017 Page 1 of 78 TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 6 Disclaimer... 7 Section 1... 8 1. Background... 8 2. Purpose of this RFP...

More information

Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable)

Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable) Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable) It can be paid through pay order/demand draft drawn in favour of IDBI Bank Ltd payable at Mumbai RFP/BID DOCUMENT FOR PROVIDING

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

Request for Proposal (RFP) for. Procurement of UPS systems for IDBI Bank branches

Request for Proposal (RFP) for. Procurement of UPS systems for IDBI Bank branches Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank branches RFP No. IDBI/PCELL/RFP/17-18/038 Dated 01-Mar-2018 RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 1 of 64 TABLE

More information

IDBI Bank Limited RFP FOR APPOINTMENT OF VENDOR FOR ELECTRICAL SERVICES SUPPORT AT IDBI INFONET PUNE

IDBI Bank Limited RFP FOR APPOINTMENT OF VENDOR FOR ELECTRICAL SERVICES SUPPORT AT IDBI INFONET PUNE IDBI/PCELL/ RFP/2017-18/003 dated 22-May-2017 Page 1 of 65 TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 5 Disclaimer... 6 Section 1... 7 1. Background... 7 2. Purpose of this RFP...

More information

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

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

More information

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

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

More information

Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank. RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017

Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank. RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017 Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017 RFP No. IDBI/PCell/RFP/16-17/027 Dated: 29 th Mar 2017 Page 1 of 76 TABLE OF

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

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 (ELIGIBLE TO UNDERWRITERS ONLY) CLOSING DATE: 7 TH MARCH AT 12.00 NOON Table

More information

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

NATIONAL BIOSAFETY AUTHORITY

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

More information

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

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

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/ Serial No. REPUBLIC OF KENYA MINISTRY OF HEALTH P.O. BOX 30016-00100, NAIROBI TENDER No. MOH/ONT/001/2017-2018 PROVISION OF HOTEL ACCOMMODATION, CONFERENCE FACILITIES AND BANQUETING TABLE OF CONTENTS Page

More information

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

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 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 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

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017 COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/2017-2018 september, 2017 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS

More information

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

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

More information

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

Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/ /012

Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/ /012 Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/2015-16/012 For Procurement of 1000 nos. of CTS Compliant Cheque scanners (100 DPM) For IDBI Bank Date: 29-July-2015 RFP No: IDBI/PCell/RFP/2015-16/012

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

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES TABLE OF CONTENTS Page INTRODUCTION. 3 SECTION I INVITATION TO TENDER. 4 SECTION II INSTRUCTIONS TO TENDERERS.. 5 APPENDIX TO INSTITUTIONS TO TENDER.

More information

2013 REQUEST FOR PROPOSAL

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

More information

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

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

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

More information

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY TENDER NO. UGCA/T/016/2017/2018 FOR PROVISION OF GPA/WIBA INSURANCE SERVICES UASIN GISHU COUNTY ASSEMBLY P.O. Box 100-30100 ELDORET Tel: (053) 2062077 (053)

More information

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

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

More information

DISTRIBUTION OF ELECTRICITY

DISTRIBUTION OF ELECTRICITY Planning Commission REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF LEGAL ADVISER FOR DISTRIBUTION OF ELECTRICITY RFP for Legal Consultant: PPP in Power Distribution iii Request for Proposal DISCLAIMER The

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

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012 REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012 Bid issue date: 14/05/2012 Deadline for submission of proposals: 31/05/2012 Time: 2:00 PM 1 / 21 INDEX CONTENTS

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 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

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PROCUREMENT OF INSURANCE SERVICES FOR THE HUDUMA KENYA STAFF TENDER NO.MPYG/HKS/T13/2017-2018

More information

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

CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES

CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES CENTRE FOR MATHEMATICS, SCIENCE AND TECHNOLOGY EDUCATION IN AFRICA (CEMASTEA) TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. CEMASTEA/AIRTICKET/24/2017/18 Karen-Bogani road Junction

More information

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20..,

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20.., SHARE PURCHASE AGREEMENT This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20.., Between UTTAR PRADESH POWER CORPORATION LIMITED, a company incorporated under the Companies Act, 1956,

More information

MUMBAI METRO RAIL CORPORATION LTD (MMRC)

MUMBAI METRO RAIL CORPORATION LTD (MMRC) MUMBAI METRO RAIL CORPORATION LTD (MMRC) E-TENDER REQUEST FOR PROPOSAL FOR APPOINTMENT OF SECRETARIAL AUDITOR FOR FY 2015-16 TO MEET THE COMPLIANCE OF SECRETARIAL AUDIT U/S 204 OF THE COMPANIES ACT, 2013

More information

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES P. O. Box 713 01100 KAJIADO, KENYA TEL: 0703 969000, 0739 969000 Website: www.umma.ac.ke TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES TABLE OF CONTENTS PAGE SECTION I SECTION

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

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS)

TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS) REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS) TENDER NO. GMC/24/2017 2018/2018-2019 CLOSING 29 TH NOVEMBER,

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

MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA. Tender No: MMH/GEN/17/49 JULY, 2017

MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA. Tender No: MMH/GEN/17/49 JULY, 2017 MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA Tender No: MMH/GEN/17/49 Closing Date: 14 th July 2017 JULY, 2017 1 Table of Contents Section I INVITATION

More information

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

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

More information

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

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

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

More information

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

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

NATIONAL LAW UNIVERSITY, ODISHA, CUTTACK (Established by Act 4 of 2008) OFFER DOCUMENTS For Purchase of Books for the University s Library. (Purchase Enquiry No. NLUO/LIBRARY/2018(3) Dt.26.11.2018) T h

More information

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

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

More information

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS TUK/06/2018/2019 ALL TENDERERS ARE ADVISED TO READ CAREFULLY

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

RFP for Appointment of Service Provider for TDS Reconciliation and Related Activities

RFP for Appointment of Service Provider for TDS Reconciliation and Related Activities Request for Proposal (RFP) Appointment of Service Provider for TDS Reconciliation and Related ) FOR IDBI BANK LIMITED Page 1 of 96 Table of Contents Sl. No. Description Page No. 1 Request For Proposal

More information

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website:

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website: TENDER NOTICE SATS Airport Services Pte Ltd (Co Reg. No. 198500561R) invites tenders for the following: TENDER NO: CT1110B031 DESCRIPTION: TENDER FOR THE PROVISION OF MAINTENANCE, REPAIRS, AND MINOR WORKS

More information

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R)) invites tender for the following:

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R)) invites tender for the following: TENDER NOTICE SATS Airport Services Pte Ltd (Co Reg. No. 198500561R)) invites tender for the following: TENDER NO: DESCRIPTION: Supply, delivery, testing and commissioning on a turnkey basis of one (1)

More information

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production] DATE: [25/01/2017] REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF [Documentary movie production] CLOSING DATE AND TIME: 07/03/2017 23:59 hrs

More information

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

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

More information

RFx Process Terms and Conditions (Conditions of Tendering)

RFx Process Terms and Conditions (Conditions of Tendering) RFx Process Terms and Conditions (Conditions of Tendering) 1 Interpretation These RFx Process Terms and Conditions are the process terms and conditions apply to school property related RFx (including Contract

More information

Sale of NPL accounts by Dena Bank Invitation for submission of EoI

Sale of NPL accounts by Dena Bank Invitation for submission of EoI Sale of NPL accounts by Dena Bank Invitation for submission of EoI Dena Bank (or the Bank ) invites Expression of Interest from ARCs, Banks, FIs and eligible NBFCs for the proposed sale of its Non Performing

More information

Supply of Notebook Computers

Supply of Notebook Computers B I D D I N G D O C U M E N T S Issued on: 28 March 2015 for Supply of Notebook Computers RFP No: 2015-41-01-02 Bank of Jamaica 3 Table of Contents PART 1 Bidding Procedures... 1 Section I. Instructions

More information

COMMON TERMS AND CONDITIONS FOR CASH MANAGEMENT PRODUCTS & SERVICES

COMMON TERMS AND CONDITIONS FOR CASH MANAGEMENT PRODUCTS & SERVICES v1.2 (01062015) COMMON TERMS AND CONDITIONS FOR CASH MANAGEMENT PRODUCTS & SERVICES By subscribing or applying for the Banking Services the Applicant agrees to the terms and conditions ( Terms ) below.

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

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R) invites tenders for the following:

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R) invites tenders for the following: TENDER NOTICE SATS Airport Services Pte Ltd (Co Reg. No. 198500561R) invites tenders for the following: TENDER NO: CT1306B023 DESCRIPTION: TENDER FOR THE CLEANING AND HOUSEKEEPING SERVICES AT SATS AIRFREIGHT

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

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

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

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

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY P.O. Box 100-30100 ELDORET. TENDER DOCUMENT FOR PROVISION OF INSURANCE SERVICES. TENDER NO.UGCA /T/007/2017/2018 Tel: (053) 2062077 (053) 2033507 Email:ugcountyassembly@gmail.com

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

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

More information

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

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

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC-04-2016 TENDER FOR PREQUALIFICATION OF AIRCRAFT CHARTERS SERVICES FOR KENYA ELECTRICITY GENERATING COMPANY. Kenya Electricity Generating Company Limited

More information

Trócaire General Terms and Conditions for Procurement

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

More information

Appendix E. Reservation of ESI Rights and Other RFP Terms. For

Appendix E. Reservation of ESI Rights and Other RFP Terms. For Appendix E Reservation of ESI Rights and Other RFP Terms 2016 Request Proposals Long-Term Renewable Generation Resources Entergy Louisiana, LLC Entergy Services, Inc. June 8, 2016 APPENDIX E RESERVATION

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

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

SHORTLISTING OF AGENCY FOR MEDIA BUYING

SHORTLISTING OF AGENCY FOR MEDIA BUYING Tender Notification for SHORTLISTING OF AGENCY FOR MEDIA BUYING CMC/BY/14-15/RB/SB/045 Due Date for Submission: 11 th March 2015, 1400HRS BSES YAMUNA POWER LTD (BYPL) NIT: CMC/BY/14-15/RB/SB/045 Page 1

More information

Appendix E. Reservation of ESI Rights and Other RFP Terms. For

Appendix E. Reservation of ESI Rights and Other RFP Terms. For Appendix E Reservation of ESI Rights and Other RFP Terms 2016 Request Proposals Long-Term Renewable Generation Resources Entergy New Orleans, Inc. Entergy Services, Inc. July 13, 2016 APPENDIX E RESERVATION

More information

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

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

More information

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

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

More information

TERMS OF REFERENCE. Issued Date: 3 January 2011

TERMS OF REFERENCE. Issued Date: 3 January 2011 TERMS OF REFERENCE Issued Date: 3 January 2011 Last Revised Date: 21 March 2017 List of Revisions Revision No. Revision Date Effective Date Revision 1 23 November 2015 1 December 2015 Revision 2 21 March

More information

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

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

More information

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

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

2016 Request For Proposals For Long-Term Renewable Generation Resources For Entergy Arkansas, Inc.

2016 Request For Proposals For Long-Term Renewable Generation Resources For Entergy Arkansas, Inc. Appendix E Reservation of EAI Rights and Other RFP Terms For 2016 Request For Proposals For Long-Term Renewable Generation Resources For Entergy Arkansas, Inc. Entergy Arkansas, Inc. May 26, 2016 Page

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

GDC/PM/OT/025/

GDC/PM/OT/025/ GEOTHERMAL DEVELOPMENT COMPANY LTD P.O. Box 100746 00101 NAIROBI, KENYA Tel: 0719715777/8, 0733602260 Website: www.gdc.co.ke TENDER FOR PROVISION OF LOCAL AND INTERNATIONAL COURIER SERVICES GDC/PM/OT/025/2015-2016

More information