RITES LIMITED E-BID DOCUMENT

Size: px
Start display at page:

Download "RITES LIMITED E-BID DOCUMENT"

Transcription

1 RITES LIMITED E-BID DOCUMENT For PROVIDING SECURITY SERVICES FOR RITES OFFICE AND RESIDENTIAL PREMISES AT GURGAON & DELHI REGIONS TENDER DOCUMENT INSTRUCTIONS TO BIDDERS, SCOPE OF WORK AND PREQUALIFYING REQUIREMENTS - (SECTION-1) CONDITIONS OF CONTRACT - (SECTION-2) RATE SCHEDULES (A & B) - (SECTION-3) TENDER NO. RITES/CO/ES/SECURITY/TENDER/15-17 July 2015 RITES LIMITED (Schedule A Enterprise of Govt. of India) RITES BHAWAN No. 1, SECTOR-29, GURGAON (HARYANA) Seal & Signature of contractor 1

2 SECTION 1 NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS 1. RITES Limited, a Public Sector Enterprise under the Ministry of Railways, invites Bids through E Tendering system in two packet system for providing security services to RITES Office and Residential premises in Haryana, Delhi & NCR regions from reputed agencies empanelled / registered with Directorate General of Resettlement (Ministry of Defence) Govt. of India (DGR). Firms registered under Micro, Small and Medium Enterprises (MSME) are free to participate and shall have relaxation as admissible under Public Procurement Policy. In tender, participating MSME registered agencies quoting price of L1+15% shall be allowed to provide security services by bringing down their price to L1 price in a situation where L1 price is from a firm other than MSME. 1.1 Bid Schedule and Address: S.No. Description Detailed information i. Tender Reference No. RITES/CO/ES/Tender/Security/15-17 ii. Name of work Providing security services to RITES Office and Residential premises in Haryana & Delhi regions. iii. Estimated cost of work Haryana Region Delhi Region Rs lacs Rs lacs iv. Earnest Money Deposit Haryana Region Rs. 1,28,000/- Delhi Region Rs. 41,000/- v. Completion Period 12 months from the date of Award (extendable to further 12 months on mutual consent) vi. Tender Type Open (only for agencies with valid registration / empanelment with DGR) vii. Tender Sales Start Date & Time Document can be downloaded from E-Procurement Portal of RITES hrs. Tender document cost to be submitted along with Bid. viii. Tender sale end date & time hrs. ix. Pre Bid clarifications start date & time hrs. (only through ) rkmarwah@rites.com x. Pre bid clarifications receipt end date & hrs. time xi. Bidding submission start date & time (online hrs. submission) xii. Bidding submission closing date & time hrs. (on-line submission) xiii. Date & time of Pre Bid Meeting hrs. xiv. Technical Bid opening date & time Venue hrs. 2 nd Floor, Centre Wing, Seal & Signature of contractor 2

3 xv. (Opening of bids will be done in the presence of bidder or their authorised representative, who choose to be present). Name and address for communication & Bid related queries xvi Cost of Tender Document (non refundable) RITES Bhawan, Plot No.1, Sector 29, Gurgaon (Haryana) Sh. R.K. Marwah, AGM/Adm. & Trg. Centre Wing, 2 nd Floor, RITES Bhawan, Plot No.1, Sector 29, Gurgaon (Haryana) rkmarwah@rites.com Rs. 5,000/- (Throughout these bidding documents, the terms bid & Tender and their derivatives are synonymous) (For the purpose of this tender the Bidder or Vendor or Contractor means Vendor participating in the bidding process) 2. It is advised to study the Tender document carefully. Submission of bid shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. 3. The response to this Tender should be full and complete in all respects. The bids without tender fee, EMD and incomplete or partial bid shall be rejected. Bidder must quote for all the items asked for in this tender. 4. Bidder shall bear all costs associated with the preparation and submission of the bid. RITES will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 5. RITES reserves the right to change the dates mentioned in above table. Changes/ amendment/corrigendum, if any, related to the tender document will be posted on E-procurement portal of RITES. Bidders in their own interest must check the website before submitting the bids. 6. Bidders shall satisfy the Qualification Criteria as given in Annexure-I of tender document. 7. Scanned copies of Earnest Money Deposit and cost of tender document of the amounts specified for the work in the above table, in the form of Demand Draft / Pay Order drawn from any Scheduled Bank in favour of M/s RITES Limited, Gurgaon, has to be uploaded along with tender document. 8. RITES Ltd. reserves the right to reject lowest or any other tender or all the tenders and accept any tender either in whole or in part without assigning any reason whatsoever. 9. Bids should be submitted online in the prescribed format given at RITES e- Procurement portal. No other mode of bid submission is accepted. Addl. General Manager (Admn. & Trg.) ES Division, 2nd Floor, RITES BHAWAN Plot No. 1, Sector- 29, Gurgaon Seal & Signature of contractor 3

4 INSTRUCTIONS TO BIDDERS 1.0 RITES Limited, a Public Sector Enterprise under the Ministry of Railways, invites Bids through E Tendering system in two packet system for providing security services to RITES Office and Residential premises in Haryana, Delhi & NCR regions only from reputed agencies with valid registration / empanelment with Directorate General of Resettlement (DGR) (Ministry of Defence) Govt. of India. 1.1 Total Estimated value of rate contract for 12 months is as follows: For Gurgaon Region - Rs lacs For Delhi Region - Rs lacs 1.2 Period of rate contract will be 12 months from the date of award with provision of extension for another one year or the period will be decided with mutual consent. 1.3 The contract shall be terminated on 30 days notice in case services are not found satisfactory, violation of any Government laws, rules and regulations, or for any other valid reason. Under extreme circumstances RITES shall have the right to terminate the contract with a notice period of less than 30 days. In this regard, the decision of RITES shall be final and binding. 2.0 SCOPE OF WORK 2.1 The broad objective of the security agency is to render Security Services viz round the clock (7 days a week) security in 3 shifts of 8 hours each on all days throughout the year including national holidays monitoring the safety and security of buildings and equipments installed in the premises for the work of Providing Security Services for RITES Office Complexes and residential premises located in Haryana / Delhi / NCR Regions as per detail given below. A) Delhi Region: Security of RITES Regd. Office on 12 th Floor, Core-I, Scope Minar, Laxmi Nagar, New Delhi, RITES Flats, Ashok Vihar, Office-cum-Residences of Directors at G.K.-II and s against theft and pilferage of all equipments, articles in RITES Office Complexes and residential premises during the contract period; to handle riotous situation in the RITES Complexes and to deal with Police authorities including filing of FIR etc. In case of any theft, the agency shall be liable to pay damages equivalent to replacement value of the item. The agency should also ensure physical security of concerned personnel at residential complexes and to check unauthorized movement/access of unsocial elements. B) Haryana Region: Security of RITES Corporate Offices at RITES Office Complex, RITES Bhawan, No.1, Sector 29, Gurgaon (ROC-I); RITES Office Complex, No.144, Sector 44, Gurgaon Seal & Signature of contractor 4

5 (ROC-II), Office-cum-Residences of Directors at Gurgaon against theft and pilferage of all equipments, articles in RITES Office Complexes and residential premises during the contract period; to handle riotous situation in the RITES Complexes and to deal with Police authorities including filing of FIR etc. In case of any theft, the agency shall be liable to pay damages equivalent to replacement value of the item. The agency should also ensure physical security of concerned personnel at residential complexes and to check unauthorized movement/access of unsocial elements 2.2 The detail of total deployment of guards at all locations in Haryana and Delhi is given below: (a) Haryana Locations Corporate Office, ROC-I, Sector-29, Gurgaon Supervisor (in shift duties) Security Guards (in shift duties) 3 28 (including one Lady Guard in day duty) Armed Guard (night shift) Personal Security Guard with CMD 1 1 ROC-II, Sector-44, Gurgaon Nil 9 1 Nil Office-cum-residence of Nil 3 Nil Nil CMD at Gurgaon Office-cum-residence of Nil 3 Nil Nil CVOat Gurgaon Total: (B) Delhi RITES Registered Office, 12 th Floor, Scope Minar, Laxmi Nagar, New Delhi Nil 6 Nil Nil RITES Flats, Ashok Vihar, New Delhi Nil 6 1 Nil Residence of Director Nil 3 Nil Nil Technical, at GK-II, New Delhi Total requirement: Nil 15 1 Nil 2.4 Bidders are advised to personally visit all the sites and evaluate environment of culture and behavior of jobs in Offices and at residential complexes essentially before submission of bids. Locations/quantity may change during the period of contract Bidders can quote their rates either for both locations OR for single location i.e. Gurgaon and / OR Delhi separately in two Rate Schedules (A & B) (Section-3). Seal & Signature of contractor 5

6 2.5 Activity to be performed by security Guards at Office premises and residential premises and the broad spectrums of security services under each stage are detailed below. However, this list is only indicative and the numbers of Guards can vary and depend on the requirement of the services of each location: To maintain discipline. Record all the details of visitor(s) like Name, address, mobile number purpose of visit, name of the officer to whom they intent to visit and time of incoming and outgoing. To check and ensure the authentic purpose of visitor(s) in the RITES premises. Guards have to ensure that there should not be any occurrences of thefts in premises and cooperate in the situations of robbery, crime, Riots and investigation. To check all the belonging at time of entry and exist of visitors, employees of RITES, contractors manpower which have engaged for/with RITES directly or indirectly. All kinds of items/equipments (any form) should be checked and registered properly at the time of entry and exit. Guards should have basic knowledge for recognition for electronic items/gadgets that they could identify. All kinds of weapons are strictly prohibited in building. It should be surrender at main gate or first step. To cooperate and helpful to all personnel of RITES. Regular monitoring of office building and its floors beyond office hour and holidays. In the situation of disaster especially for firefighting, they have to prove their presence. Guards on duty should inspect the material/containers thoroughly while taking the garbage out of office premises by Housekeeping staff. Guards should have all the essential contact numbers of nearby police station, hospitals etc. Hoisting of National Flag in RITES Office Complex every day. Guards should be well familiarized with their tasks. All security personnel deployed shall be in clean & ironed uniform and must display their ID Cards duly issued and signed by the Contractor while on duty. 2.6 In addition, Contractor has to ensure that complete security and safety is provided by Security Guards either these are mentioned in above activities or not. Seal & Signature of contractor 6

7 2.7 No Security Guards should be deployed continuously for two shifts in a day and for more than 6 days duty at any site of RITES office premises or residential complexes. The Guards should be allowed weekly off after every six days continuous working. Failing which, suitable deduction will be made from monthly bill. 2.8 Out of the total deployment of guards at least 60% of guards deployed will be exservicemen. The security supervisors should be retired defense personnel of level of Subedar and above. Documentary evidence will required to be submitted at the time of taking up to assignment. 2.9 None of the guards deployed on duty shall be more than 55 years of age Before deployment of staff, their bio-data/credentials must be verified by the Contractor and be produced along with all relevant certificates for the approval of RITES. The Officer-In-Charge reserves the right to verify these certificates from their original and their issuing authority. During execution of work, any change of staff shall be got approved from RITES including the bio-data of new staff.the Contractor is also required to provide police verification of all the Guards before deployment in RITES. In case change of staff is made without approval of his bio-data from RITES, such staff shall be taken as absent from the duty and recovery shall be made as per appropriate clauses / conditions of tender Supervision will be done by the agency to ensure compliance of all terms & conditions of the contract as per different Laws of concerned State and Centre Non-compliance of the terms & conditions of the Agreement such as delay in wages to guards, absence from duty of the guards, compliance to statutory requirement etc. would invite 2000/- per day subject to a maximum of 2% of the monthly fee payable to the agency. This shall be in addition to amount deductible towards default, as applicable Personnel deputed by agency shall not claim any employment in RITES and are sole liability of the agency. 3.0 QUALIFICATION CRITERIA TO BE SATISFIED 3.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed. 3.2 The documents to be furnished by the Bidder to prove that he is satisfying the Qualification Criteria laid down should all be in the Bidder s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities. Suitable documents proving such claim shall be attached by the bidder. Seal & Signature of contractor 7

8 4.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON QUALIFICATION CRITERIA 4.1 The information to be furnished and the documents to be enclosed shall be as per Clause 21.0 & 22.0 hereinafter. 5.0 PRE-BID MEETING 5.1 The Tenderer or his official representative is invited to attend a pre-bid meeting which will take place at the Office of AGM/Admn. & Trg., 2 nd Floor, Centre Wing, RITES Bhawan, No.1, Sector-29, Gurgaon on date fixed as mentioned in Para 1.1 above. 5.2 The Tenderers are required to submit any question on issues relating to the tender, in writing so as to reach AGM/Admn. & Trg., not later than 5 (five) days before the date fixed for the meeting. 5.3 The purpose of the meeting will be to clarify the issues raised and to answer supplementary questions on such issues. 5.4 Any modifications of the Tender Document which may become necessary as a result of the Pre-bid Meeting shall be made exclusively through the issue of an Addendum / Corrigendum, and will be uploaded on RITES E Procurement portal or RITES website only. No separate/individual clarification shall be sent. 5.5 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a tenderer. 5.6 Any clarification / corrigendum / amendment / further information will be uploaded on RITES E Procurement portal or RITES website only. 6.0 ACCESSING / PURCHASING OF BID DOCUMENTS (a) (b) To participate in the E Bid submission for RITES, it is mandatory for the bidders to get their firms registered with E Procurement portal Bidder should enroll themselves on the E-Procurement portal by clicking the option New Registration link available on the home page. A Bidder Registration link containing the detailed guidelines for e-procurement system is available on the RITES E-Procurement portal. During registration, the bidders should provide the correct/true information including a valid -id. All correspondence shall be made directly with the contractors/bidders through the -id provided. The registration charges are INR (Inclusive of Taxes) Seal & Signature of contractor 8

9 and this is required to be paid to M/s C1 India Pvt. Ltd. through integrated E payment gateway. The registration will be approved only after receipt of payments. Validity of registration is for three years. In case of any difficulty faced during registration you are requested to contact e-tendering Helpdesk Number provided on E-Procurement portal. (c) It is mandatory for all bidders to have class III Digital Signature Certificate (DSC) in the name of the person who will sign the bid from any of licensed Certifying Agency (CA). Bidders can see the list of licensed CAs from the link (d) Bidders can view / download complete bid documents from RITES E Procurement portal or RITES website (e) (f) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and safety of the same. Following may be noted: Bids can be submitted only during validity of registration of bidder with RITES E Procurement portal. The amendments / clarifications to the bid document, if any, will be posted on E-Procurement portal / RITES website only. If the firm is already registered with E procurement portal of RITES and validity of registration has not expired, the firm is not required to obtain fresh registration. 6.1 Clarifications on Tender Documents A prospective Tenderer requiring any clarification on the Tender Document may notify through only mentioned in Table under Section-1 - Para 1.1. Request for clarifications, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website. 7.0 AMENDMENT OF TENDER DOCUMENT 71 Before the deadline for submission of tenders, the Tender Document may be modified by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated. Seal & Signature of contractor 9

10 7.2 Addendum/corrigendum, if any, will be hosted on website / E-procurement portal and shall become a part of the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded up to 7 days prior to the deadline for submission of Tender as finally stipulated. 7.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES. 8.0 PREPARATION AND SUBMISSION OF BIDS (a) (b) (c) (d) (e) Detailed tender document may be downloaded from E procurement portal of RITES prior to the deadline for submission of bids. The bids shall be submitted online following the instructions appearing on the screen. Users are requested to map their system as per the System settings available on the link System Requirement and Registration Manual on the E-Procurement portal. After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidders are advised that prior to bid submission they should read the Bid Submission manual available on E- Procurement portal on RITES website. Bidders must ensure that all the pages of the documents must be digitally signed by authorised signatory and serially numbered. The bids shall be submitted online following the instructions appearing on the screen. Insert your etoken/smartcard in your computer and Log onto E- procurement portal using the User-Id and Password chosen during registration. Then enter the password of the etoken/smartcard to access the DSC. Prior to bid submission, bidder should get ready with the documents to be uploaded as part of the bid as indicated in the tender document/schedule. Generally they can be in PDF/ZIP formats. No other format is accepted. If there is more than one PDF document, then they can be clubbed together in a ZIP file for uploading. Maximum Single file size permitted for uploading is 20 MB. One can upload multiple of such files in case information to be uploaded in single file exceeds 20MB. Seal & Signature of contractor 10

11 (f) (g) (h) (i) (j) (k) The bid both technical & financial should be submitted online in the prescribed format. No other mode of submission is accepted. Bid shall be digitally signed by the Authorized Signatory of the bidder and submitted on-line. No hard copy of the documents (except those specifically asked for in the tender document) are required to be submitted. The bidders will have to accept unconditionally the online user portal agreement which contains the Terms and Conditions of NIT including General and Special Terms & Conditions and other conditions, if any, along with on-line undertaking in support of the authenticity regarding the facts, figures, information and documents furnished by the Bidder on-line in order to become an eligible bidder. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the tender/bid document including terms and conditions without any exception and have understood the entire document and are clear about tender requirements. The bidders are requested to submit the bids through online e-tendering system before the deadline for submission of bids (as per Server System Clock displayed on the portal). RITES will not be held responsible for any sort of delay or the difficulties faced during online submission of bids by the bidders at the eleventh hour. The bidder may seek clarification online only within the specified period. The identity of bidder will not be disclosed by the system. RITES Ltd. will clarify the relevant queries of bidders as far as possible. The clarifications given will be visible to all the bidders intending to participate in that tender. The clarifications may be asked from the day of Pre Bid Clarification Start Date and Time till Pre Bid Clarification End Date and Time. 9.0 TENDER VALIDITY 9.1 The Tender shall be valid for a period of 120 days from the due date for submission of Tender or any extended date as indicated in sub para below. 9.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the expiry of the original time limit for Tender Validity, RITES may request that the Tenderers may extend the period of validity unconditionally for a specified additional period. The request and the tenderer s response shall be made Seal & Signature of contractor 11

12 in writing/ . A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Bid but will be required to extend the validity of the Earnest Money for the period of the extension Cost of Tender Document & Earnest Money deposit (EMD) During bid submission the bidder has to select the payment option as offline to pay the cost of tender document and EMD and enter details of the instruments. In case of exemption form payment of cost of tender document and EMD, the scanned copy of document in support of exemption will have to be uploaded by the bidder during bid submission. The onus of proving that the bidder is exempted from payment of cost of tender document and/or EMD lies on the bidder. In this connection, it should be noted that mere opening of bid does not mean that the bid has to be considered by RITES as a valid bid. If later, it is discovered from the uploaded documents that bidder is not exempted from payment of cost of tender and/or EMD, his bid shall be treated as non-responsive Cost of Tender Document / processing fee The cost of tender document is Rs. 5,000/- (Rupees five thousand only) which is non refundable. It shall be in the form of a Banker s Cheque/ Pay Order/ Demand Draft favoring RITES Ltd. issued by a scheduled commercial bank, payable at Gurgaon / Delhi. No other mode of payment will be accepted. The bid submitted shall become invalid and e-tender processing fee shall not be refunded if: (i) The bidder is found ineligible. (ii) The bidder does not upload all the documents as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded. (iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of bid opening authority. (iv) The bidder does not deposit physical instruments of EMD before the prescribed date and time set for bid submission closing Earnest Money deposit (EMD) The Tender should be accompanied by total earnest money as per following details: For Gurgaon Region - Rs. 1,28,000/- For Delhi Region - Rs. 41,000/- in any of the forms given below: Seal & Signature of contractor 12

13 Banker s Cheque / Pay Order / Demand Draft issued by State Bank of India or any Scheduled Commercial Bank drawn in favour of RITES Ltd. and payable at Gurgaon / Delhi Any Tender not accompanied by scanned copies of the instruments for payment of Earnest Money and cost of tender document in an acceptable form shall be rejected as non-responsive Upload scanned copy of acceptable instruments for EMD and cost of Tender document in different files (Either in PDF or zip format) during on-line submission of Bid. These instruments shall be submitted in ORIGINAL in a sealed envelope to AGM/Admn. & Trg., 2 nd Floor, Centre Wing, RITES Bhawan, No.1, Sector-29, Gurgaon before the prescribed date and time set for bid submission closing. Failing which the bid shall be rejected and the bidder shall be debarred from tendering in RITES Ltd. for a period of 02 (two) years, unless the lapse is condoned by the Accepting Authority at the request of the bidder for valid reasons. The envelope should bear the tender details (tender no., tender name etc.) Refund of Earnest Money The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed subject to provisions of Clause 10.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable and remaining unsuccessful bidders will be released within seven days of the Accepting Authority s decision on acceptance or otherwise of the tender subject to provisions of Clause 10.4 (b). The bidder shall submit RTGS/NEFT Mandate Form as per performa given in Annexure VII, dully filled in The Earnest Money is liable to be forfeited a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer: i) withdraws his tender or ii) makes any modification in the terms and conditions of the tender which are not acceptable. Seal & Signature of contractor 13

14 b) In case the Tenderer is found to have made any misleading or false representation in the documents submitted in proof of the qualifying requirements with a view to get qualified on the strength of such document(s). c) in the case of a successful Tenderer, if the Tenderer: i) fails to furnish the Performance Guarantee within the period specified elsewhere in the tender document. or ii) fails to commence the work without valid reasons within the period as specified in the tender document after the date of issue of Letter of Acceptance In case of forfeiture of Earnest Money as prescribed hereinabove, the Tenderer shall not be allowed to participate in the re-tendering process of the work MODIFICATION/ SUBSTITUTION/ WITHDRAWAL OF BIDS 11.1 The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time. Alternatives or any modifications by the tenderer shall render the Tender invalid The bidder can modify, substitute, re-submit or withdraw its E bid after submission but prior to the deadline for submission of bids. No Bid shall be modified, substituted or withdrawn by the bidder on or after the deadline for submission of bids. Withdrawal of bid after the deadline for submission of bids would result in the forfeiture of EMD Any modification in the Bid or additional information supplied subsequently to the deadline for submission of bids, unless the same has been explicitly sought for by RITES, shall be disregarded For modification of E bid (Technical Bid), bidder has to detach its old bid from E procurement portal and upload / re-submit digitally signed modified bid For withdrawal of bid, bidder has to click on withdrawal icon at E procurement portal and can withdraw its E bid After the bid submission on the portal, an acknowledgement number will be generated by the system which should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening. Seal & Signature of contractor 14

15 11.7 The time settings fixed in the server side & displayed at the top of the tender site, will be valid for bid submission, in the e-tender system. The bidders should follow this time during bid submission All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission & will not be viewable by any one until the date & time specified for bid opening The bidder should logout of the tendering system using the normal logout option available in the portal and not by selecting the (X) exit option in the browser AUTHORITY TO SIGN a) If the applicant is an individual, he should sign above his full type written name and current address. b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address. c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure III. d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure III. e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure IV. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure III Items to be kept in mind while furnishing details While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers. ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the Financial offer will however be accepted. Seal & Signature of contractor 15

16 iii) RITES reserve the right to accept or reject any conditional rebate/discounts TENDER OPENING, EVALUATION AND CLARIFICATIONS 14.1 RITES will open all valid Tenders received, in the presence of the Tenderers or their representatives who choose to attend in the office of AGM/Admn. & Trg. on the date specified in para 1.1 above. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day Opening of bids will be done through online process. RITES reserves the right to postpone or cancel a scheduled bid opening at any time prior to its opening. Information of the same will be displayed at RITES E-procurement portal Bid opening committee will open the bids online in the presence of bidders or their authorized representatives who choose to attend on opening date and time. Also the bidders can participate online during the bid opening process from their remote end through their dashboard. The bidder s representatives, who are present, shall sign in an attendance register. RITES shall subsequently examine and evaluate the bids in accordance with the provision set out in the tender document It will be the bidder s responsibility to check the status of their Bid on-line regularly after the opening of bid till award of work. Additionally, information shall also be sent by system generated to bidder regarding deficiencies in the documents, if any and also request for clarification from the bidder. A system generated SMS alert will also be sent to the bidder. No separate communication will be sent in this regard. Non-receipt of and SMS will not be accepted as a reason of non-submission of deficient documents or confirmatory documents within prescribed time The bids will be evaluated for qualifying criteria as mentioned in Clause 3.0 hereinbefore. RITES shall not be responsible for any postal delay in receipt of all original documents including the cost of tender document and EMD. In case of non-receipt of these documents in original within the aforesaid period, the bid will be treated as non-responsive Two Packet System (a) (i) Envelope 1 containing scanned copy of Earnest Money along with Mandate Form as per Annexure VII, Cost of Tender Document and scanned copy of Authority to sign document of all the Tenderers will be opened first and checked. Seal & Signature of contractor 16

17 If any of the document(s) so furnished are not as per tender stipulations, the Envelope 2 of PACKET A (Technical Bid) and PACKET B (Financial Bid) will not be opened and the bid is treated as rejected. The Envelope 2 of PACKET A (Technical Bid) of other Tenderers who have furnished scanned copies of Earnest Money, cost of Tender document and Authority to sign as per tender stipulations will then be opened. (b) RITES will scrutinize the Technical Bids accepted for evaluation to determine whether each Tenderer (i) has submitted Authority to sign as per Clause 12.0 above. (ii) meets the Qualification Criteria stipulated in Clause 3.0; and (iii) conforms to all terms, conditions and specifications of the Tender Document without any modifications or conditions. (c) (d) If required, RITES may ask any such Tenderer for clarifications on his Technical Bid. If a Tenderer does not submit the clarification/document requested, by the date and time set for clarification, the bid of such Tenderer is likely to be rejected. PACKET B (Financial Bid) of Tenderers whose Technical Bids are not found acceptable will not be opened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated through the time and date and place where and when the PACKET B (Financial Bid) will be opened. At the appointed place, time and date, in the presence of the Tenderers or their representatives who choose to be present, RITES will open the E-envelopes containing the PACKET B (Financial Bid) through online process RITES RIGHT ON ACCEPTANCE WHOLE OR PART OF ANY TENDER (i) If required, RITES may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set for clarification, such Tender is likely to be rejected. (ii) The competent authority of RITES does not bind himself to accept the lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected RITES RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER Seal & Signature of contractor 17

18 The competent authority RITES reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted CANVASSING PROHIBITED Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection MISCELLANEOUS RULES AND DIRECTIONS 18.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any officer in RITES. Any breach of this condition by the Tenderer would render his Tender to be rejected In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture SIGNING OF CONTRACT AGREEMENT 19.1 The Tenderer whose tender has been accepted will be notified of the award by the Employer by issue of a Letter of Acceptance prior to expiration of the Bid Validity period. The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed Within the period & amount as specified in Tender Document, the successful Tenderer shall submit performance guarantee. Seal & Signature of contractor 18

19 19.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance. Successful Tenderer will be required to attend RITES office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure V. The period of 28 days will be extended suitably Pre Qualification Performa The bidder shall fill the pre qualification performa at Annexure VIII. The bid will be evaluated only considering those details and corresponding documents as mentioned in Annexure VIII and no other details/ certificate/ document will be taken in to consideration while evaluating the bid to decide weather the bidder is qualified or not. For similar work experience the details of only those works mentioned in Annexure VIII may be given in Performa no. 1 attached to Annexure I List of Documents to be scanned and uploaded within the period of bid submission:- 1. Banker s Cheque/ Pay Order/ Demand Draft towards cost of Tender Document in accordance with Clause 10.1 hereinbefore OR In case of MSME registered firms, document in support of registration as MSME firm so as to have orders under the MSME Procurement Policy & also to claim exemption from payment of cost of Tender Document. Other firms i.e. other than MSME eligible for exemption from cost of Tender Document may also attach document in support of exemption. 2. Banker s Cheque/ Pay Order/ Demand Draft towards Earnest Money Deposit (EMD) in accordance with Clause 10.2 hereinbefore OR In case of MSME registered firms, document in support of registration as MSME firm so as to have orders under the MSME Procurement Policy & also to claim exemption from payment of EMD. Other firms i.e. other than MSME eligible for exemption from payment of EMD may also attach document in support of exemption. 3. Authority to Sign (if required as per Clause 12.0 hereinbefore) in the format given at Annexure III / Annexure IV as applicable. 4. Documents in support of meeting the criterion of Annual Financial Turnover in accordance with Para 1 of Annexure I. Seal & Signature of contractor 19

20 5. Certificates in support of meeting the criterion of Similar Work Experience in accordance with Para 2(a) of Annexure I. 6. Details of Similar works completed in the format given at Performa 1 in Annexure I. 7. Solvency Certificate in accordance with Para 3(i) of Annexure I. 8. Documents (Audited Balance Sheets, Profit & Loss Statements and Auditor s Reports) in support of meeting the Profitability criterion in accordance with Para 4 of Annexure I. 9. Documents in support of meeting the criterion of Net Worth in accordance with Para 5 of Annexure I. 10. Declaration by the Bidder in the format given in Performa 3 of Annexure I. 11. RTGS/NEFT details as per Annexure- VII 12. Annexure VIII duly filled in. 13. Self-attested copy of a certificate confirming that the applicant is empanelled / registered with Directorate General of Resettlement (Ministry of Defence) Govt. of India and is valid as on date of opening of tenders. 14. Self attested copy of a certificate confirming registration with P.F. Department. 15. Self attested copy of a certificate confirming registration with ESI Department. 16. Self attested copy of PAN no. allotted by competent authority. 17. Self attested copy of License under Private Security Agencies (Regulation) issued by the Government of National Capital Territory of Delhi AND/OR Gurgaon for deployment of security guards to work in respective States. 18. Self attested copies of Labour License from respective states. 19. Self-attested Copy of Partnership Deed/ Memorandum and Articles of Association of the firm. 20. Self-Attested copy of Corrigendum(s), if any. 21. Any other document specified elsewhere in the Tender Document. 22. Any other document if specified in the Corrigendum(s) to the Tender Document. 23. Self-certified copy of the Joint Venture Agreement/Memorandum of Understanding as per Annexure II & Annexure IV (where Joint Venture is allowed). 24. Power of Attorney in favour of Lead Member as the Lead Member of JV executed by the authorized representatives of all the members of JV (where Joint Venture is allowed). Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause 14.4 & Clause 14.6 shall be submitted by the bidder. Seal & Signature of contractor 20

21 22.0 List of Documents to be submitted physically by Lowest (L1) Bidder within a week of the opening of Financial Bid along with originals for verification :- 1. Self-attested copy of a certificate confirming that the applicant is registered with Directorate General of Resettlement (Ministry of Defence) Govt. of India and is valid as on date of opening of tenders. 2. Self attested copy of License under Private Security Agencies (Regulation) issued by the Government of National Capital Territory of Delhi and Gurgaon for deployment of security guards to work in respective States. 3. Self attested copies of Labour License from respective states. 4. Self attested copy of a certificate confirming registration with P.F. Department. 5. Self attested copy of a certificate confirming registration with ESI Department. 6. Self-attested copy of PAN/TAN issued by income Tax Department 7. Self-attested copies of all the documents specified in Clause 21.0 above RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the documents submitted by bidders or not, to verify the credentials and general reputation of the bidder and where JV is allowed the credentials and general reputation of lead member & each Member of Joint Venture COURT'S JURISDICTION 24.1 Any suit or application, arising out of any dispute or difference on account of this bid or any matter in relation to the Award of the contract or for the enforcement of Arbitration clause under the Contract, shall be filed in a Competent Court at Gurgaon only and no other court of any other District of the country shall have any jurisdiction in the matter. Seal & Signature of contractor 21

22 QUALIFYING CRITERIA ANNEXURE I 1. The bidder should have empanelled / registered with Directorate General of Resettlement (Ministry of Defence) Govt. of India. The Bidder should submit self attested copy of Valid empanelment / registration certificate. 2. License under Private Security Agencies (Regulation) Rules 2009 The Contractor should have valid license issued by Delhi Private Security Agencies (Regulation) Rules 2009 issued by the Government of National Capital Territory of Delhi for deployment of security guards to work in Delhi State AND/OR from the Haryana Private Security Agencies Rules 2009 issued by Haryana Government for Security Agencies to be deployed to work in Haryana under Private Security Agencies (Regulation) Act The Contractor who have valid licenses from Delhi State AND/OR from Haryana Government shall only be eligible. The Bidder should submit self attested copies of License under Private Security Agencies (Regulation) Rules 2009 issued by concerned States, as the case may be. 3. Labour License The bidder should have valid labour license for providing security personnel (in case of requirement) from both Delhi AND/OR Haryana States. The Bidder should submit self attested copies of Labour License issued by concerned States (in case of requirement). 4 Annual Financial Turnover The bidder should have achieved a minimum annual financial turnover, as detailed below: Rs lacs in any one of the last 3 Financial Years for apply for both regions i.e. Haryana and Delhi. Rs lacs in any one of the last 3 Financial Years for apply only for Haryana Region. Seal & Signature of contractor 22

23 Rs lacs in any one of the last 3 Financial Years for apply only for Delhi Region. Notes: The financial turnover will be taken as given under the head Income in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit. Closing stocks in whatsoever manner should not form part of turnover. Weightage of 7% (compounded annually) shall be given for equating the financial turnover of the previous years to the current year. For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year , the last three Financial Years will be , and For a Tender opened on (say) (F.Y ), with weightage of 7% compounded annually, the weightages to be applied on the Turnover of the previous three Financial Years will be : F.Y = 1.070; F.Y = 1.145; F.Y = The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion. The Bidder should submit self attested copy of Auditor s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted. If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder. In case JV is permitted the following provisions will apply: Normal Works Seal & Signature of contractor 23

24 The Partner-in-charge/Lead Member shall singly meet this criterion. 5. WORK EXPERIENCE a) Similar Works Experience (i) For works in normal areas (other than difficult areas) Notes: Similar Works The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture: For apply for both the regions i.e. Haryana and Delhi - at least one similar work of minimum value of Rs lakhs OR at least two similar works each of minimum value of Rs lakhs OR at least three similar works each of minimum value of Rs lakhs during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date i.e. shall not be considered. For apply for only for Haryana region - at least one similar work of minimum value of Rs lakhs OR at least two similar works each of minimum value of Rs lakhs OR at least three similar works each of minimum value of Rs lakhs during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered. For apply for only for Delhi region - at least one similar work of minimum value of Rs lakhs OR at least two similar works each of minimum value of Rs lakhs OR at least three similar works each of minimum value of Rs lakhs during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered. Similar Works shall mean the work for providing security services carried out in India. Seal & Signature of contractor 24

RITES LIMITED E-BID DOCUMENT

RITES LIMITED E-BID DOCUMENT RITES LIMITED E-BID DOCUMENT For RATE CONTRACT FOR SUPPLY OF GENERAL OFFICE STATIONERY ITEMS FOR RITES OFFICES AT GURGAON AND DELHI TENDER DOCUMENT INSTRUCTIONS TO BIDDERS, SCOPE OF WORK AND PREQUALIFYING

More information

DPR for Mass Rapid Transit System in

DPR for Mass Rapid Transit System in E-TENDER DOCUMENT FOR TOPOGRAPHIC SURVEY USING DGPS,TOTAL STATION, AUTO LEVEL AND PREPARATION OF DRAWINGS USING MAPPING SOFTWARE FOR DPR for Mass Rapid Transit System in Gorakhpur APRIL- 2017 E-TENDER

More information

RITES LTD. E-TENDER DOCUMENT. for. Engagement of agency. for. Sale of Assets of the erstwhile Rohtas Industries at Dalmianagar, Bihar

RITES LTD. E-TENDER DOCUMENT. for. Engagement of agency. for. Sale of Assets of the erstwhile Rohtas Industries at Dalmianagar, Bihar RITES LTD. E-TENDER DOCUMENT for Engagement of agency for Sale of Assets of the erstwhile Rohtas Industries at Dalmianagar, Bihar TENDER No. : 2018/RITES/WS/Dalmianagar/Sale March, 2018 Part-1 : Technical

More information

LAND PORTS AUTHORITY OF INDIA DEPARTMENT OF BORDER MANAGEMENT MINISTRY OF HOME AFFAIRS, GOVERNMENT OF INDIA

LAND PORTS AUTHORITY OF INDIA DEPARTMENT OF BORDER MANAGEMENT MINISTRY OF HOME AFFAIRS, GOVERNMENT OF INDIA LAND PORTS AUTHORITY OF INDIA DEPARTMENT OF BORDER MANAGEMENT MINISTRY OF HOME AFFAIRS, GOVERNMENT OF INDIA TENDER DOCUMENTS FOR DEVELOPMENT OF INTEGRATED CHECK POST - SUPPLY AND FIXING SIGNAGE, AT RAXAUL

More information

COMPLETE CONTROL PANEL AND CONTROL DESK FOR 1350 HP LOCO [DLW Purchase Specification No. DEL/SPN/247(Rev: 0.0)]

COMPLETE CONTROL PANEL AND CONTROL DESK FOR 1350 HP LOCO [DLW Purchase Specification No. DEL/SPN/247(Rev: 0.0)] SINGLE TENDER FOR COMPLETE CONTROL PANEL AND CONTROL DESK FOR 1350 HP LOCO [DLW Purchase Specification No. DEL/SPN/247(Rev: 0.0)] TENDER NO. RITES/EXPO/RT560-00007/PROC/ COMPLETE CONTROL PANEL & CONTROL

More information

BHARTIYA RAIL BIJLEE COMPANY LIMITED (BRBCL)

BHARTIYA RAIL BIJLEE COMPANY LIMITED (BRBCL) BHARTIYA RAIL BIJLEE COMPANY LIMITED (BRBCL) TENDER AND CONTRACT DOCUMENT FOR NAME OF WORK: Balance work for Earthwork in Formation, Construction of ROB, RUB and Bridges, P-Way works, Workshop, Service

More information

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot. DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot. TENDER DOCUMENT VOLUME-I

More information

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Festival Lighting at Metro Enclave Pushp Vihar, Vidhan Sabha, staff quarters at Najafgarh, Yamuna Bank, Sarita

More information

NTPC TANDA TENDER DOCUMENTS FOR. Maintenance of Rail Track at NTPC-TANDA PART-1 TECHNICAL BID

NTPC TANDA TENDER DOCUMENTS FOR. Maintenance of Rail Track at NTPC-TANDA PART-1 TECHNICAL BID NTPC TANDA TENDER DOCUMENTS FOR Maintenance of Rail Track at NTPC-TANDA PART-1 TECHNICAL BID SECTION 1 NOTICE INVITING TENDERS AND INSTRUCTIONS TO TENDERERS SECTION 2 TENDER AND CONTRACT FORM SECTION 3

More information

E-BID DOCUMENT TRAFFIC STUDY FOR PROPOSED HIGH SPEED RAIL CORRIDOR FROM MUMBAI TO CHENNAI

E-BID DOCUMENT TRAFFIC STUDY FOR PROPOSED HIGH SPEED RAIL CORRIDOR FROM MUMBAI TO CHENNAI E-BID DOCUMENT FOR TRAFFIC STUDY FOR PROPOSED HIGH SPEED RAIL CORRIDOR FROM MUMBAI TO CHENNAI (A Government of India Enterprise) T&E UNIT (3rd FLOOR) RIGHT WING, RITES Bhawan Plot No. 1, Sector 29, Gurgaon,

More information

RITES LIMITED (A Government of India Enterprise)

RITES LIMITED (A Government of India Enterprise) RITES LIMITED (A Government of India Enterprise) Open Tender Notice No. 71/OT/RITES/Total Station & DGPS/ 2014 Dated 27.01.2015. Tender and Contract document for Supply and delivery of Auto Pointing Reflector

More information

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata 700 016. Notice inviting e-tender Notice Inviting e-tender No. 22/2014-2015

More information

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

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

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

RITES LTD, GURGAON TENDER DOCUMENT FOR TREE PLANTATION AND PRESERVATION OF GREEN COVER ALONG SECTOR ROAD, GURGAON, HARYANA. Part 1 Technical Bid

RITES LTD, GURGAON TENDER DOCUMENT FOR TREE PLANTATION AND PRESERVATION OF GREEN COVER ALONG SECTOR ROAD, GURGAON, HARYANA. Part 1 Technical Bid RITES LTD, GURGAON TENDER DOCUMENT FOR TREE PLANTATION AND PRESERVATION OF GREEN COVER ALONG SECTOR ROAD, GURGAON, HARYANA Part 1 Technical Bid SECTION 1 NOTICE INVITING TENDERS AND INSTRUCTIONS TO TENDERERS

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY (IGNOU) NEW DELHI

INDIRA GANDHI NATIONAL OPEN UNIVERSITY (IGNOU) NEW DELHI INDIRA GANDHI NATIONAL OPEN UNIVERSITY (IGNOU) NEW DELHI TENDER AND CONTRACT DOCUMENT FOR PROTECTION OF SIDE SLOPES AROUND PEB STRUCTURE (BLOCK 15) AT IGNOU COMPLEX, MAIDAN GARHI, NEW DELHI. AUGUST 2012

More information

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

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

More information

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

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

More information

NOTICE INVITING TENDER (NIT)

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

More information

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3 F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3 TENDER FORM NO. PRICE : Rs. 500/- (Non refundable ) Notice inviting sealed tenders, instruction etc., for

More information

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata -700029 NOTICE INVITING E-QUOTATION Ref. No:- EZ/PMGSY/NIQ/ 893 Date

More information

NOTICE INVITING TENDER (NIT)

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

More information

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA 700015 TENDER NO: DOCT/SCCT(SG)/e-NIT07/2017-18 DATED:02/02/2018 Name of the Work: Engagement of agency for Internal

More information

RITES LTD. TENDER DOCUMENT

RITES LTD. TENDER DOCUMENT RITES LTD. TENDER DOCUMENT FOR ESTABLISHMENT OF VERTICAL CONTROL (TEMP BENCH MARKS) ALONG PROPOSED ALIGNMENT FOR SEC 2 FROM BINA TO NAGPUR VIA BHOPAL-ITARSI-AMLA ON NORTH - SOUTH (DELHI CHENNAI ROUTE)

More information

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION

More information

Notice inviting e-bids for Printing and Supply of IEC Material

Notice inviting e-bids for Printing and Supply of IEC Material MISSION DIRECTOR NATIONAL HEALTH MISSION, J&K Jammu Office: Regional Institute of Health & Family Welfare, Nagrota, Jammu. Fax: 0191-2674114; Telephone: 2674244.Pin: 181221 Kashmir Office: J&K Housing

More information

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

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

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

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

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

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

More information

EASTERN COALFIELDS LIMITED

EASTERN COALFIELDS LIMITED EASTERN COALFIELDS LIMITED Open Tender Notice No. 48/OT/ECL-Sonepur Bazari/P&C/2014 Dated 31.10.2014 For Manufacture, supply and delivery of Points & Crossings as per RDSO Drawing & Specifications in connection

More information

The last date for submission of the bids is at

The last date for submission of the bids is at Government of India Office of the Commissioner, Central Excise & Service Tax (Audit) :: Patna 3 rd Floor, Central Revenue Building (Annexe), Birchand Patel Path, Patna - 01 Notice for inviting Tender for

More information

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न Notice Inviting e-tender Tender ID: - 2019_CSIR_22264_1 1. Director CSIR-CEERI, Pilani on behalf of Council of Scientific & Industrial Research (CSIR), New Delhi are hereby invited Online e-tender for

More information

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES 1 TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER NO.:NTSC/OKHLA/ADMN/8(203)/2016-17 NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase III, Near

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

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

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

More information

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

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

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

AMENDMENT NO. -2 DATED

AMENDMENT NO. -2 DATED TENDER NO.: RITES/RPO-LKO/KBJ/NCL AMENDMENT NO. 2 DATED 23.01.2014 AMENDMENT NO. -2 DATED 23.01.2014 Name of Work: TENDER NO: Earthwork in formation, Construction of bridges, P-Way works and other miscellaneous

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

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Supply, installation, testing,commissioning of Air cooled chillers including the interconnection with existing

More information

Biotech Park, Lucknow

Biotech Park, Lucknow Biotech Park, Lucknow Sector-G, Jankipuram Kursi Road Lucknow-226021 GUIDELINES FOR FILLING THE QUOTATION 1. Contractor must submit quotation along with the copy of the terms & conditions duly signed and

More information

MEJA URJA NIGAM PVT. LIMITED

MEJA URJA NIGAM PVT. LIMITED MEJA URJA NIGAM PVT. LIMITED TENDER AND CONTRACT DOCUMENT FOR NAME OF WORK: Earthwork in Formation involving Cutting & Filling, Construction of Minor Bridges Inside and Outside Plant up to CH 25/500 in

More information

Terms & Conditions for providing Security Guards. Ref : Tender Notice No.44-D-35/19/3/2010-Admn.II

Terms & Conditions for providing Security Guards. Ref : Tender Notice No.44-D-35/19/3/2010-Admn.II Terms & Conditions for providing Security Guards Ref : Tender Notice No.44-D-35/19/3/2010-Admn.II I. TENDER FOR SECURITY GUARDS Sealed Tenders are invited from reputed, registered and licensed agencies

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

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

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule 1 2 OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow-226007 Tender Schedule Date of Submission of Tender Date 27.06.2014 Upto 2:00 P.M. Date and time of opening of Tender Date 27.06.2014

More information

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006 TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006 1. Scope of Photocopier Stall in School of Unani Medicine, Jamia Hamdard In School

More information

ITB NO.11/PNMM/E/4702/ / dated ANNEXURE-I PRE QUALIFICATION CRITERIA. A. Pre Qualification Criteria (Technical): 1 of 24

ITB NO.11/PNMM/E/4702/ / dated ANNEXURE-I PRE QUALIFICATION CRITERIA. A. Pre Qualification Criteria (Technical): 1 of 24 PRE QUALIFICATION CRITERIA ANNEXURE-I A. Pre Qualification Criteria (Technical): 1 of 24 B. Pre qualification Criteria (Financial): 1. The Bidder must have completed similar works (SAP -ERP Support Services)

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

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

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

More information

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA Submission of Filled in Tender Document: Upto 1400 Hours Dtd. 02.03.15 Opening

More information

E-TENDER NOTICE. For Ferrying Solar Boat at Sukhna Lake

E-TENDER NOTICE. For Ferrying Solar Boat at Sukhna Lake Chandigarh Industrial & Tourism Development Corporation Limited CIN: U45202CH1974SGC003415 Regd Office: SCO 121-122, Sector 17-B, Chandigarh 160017 Phone No. 0172 4644430-31-32-33-34, 2704761, Fax No.

More information

NOTICE INVITING TENDER (e-tender)

NOTICE INVITING TENDER (e-tender) NOTICE INVITING TENDER (e-tender) DIGITIZATION OF DOCUMENTS I.E. SCANNING, INDEXING & VERIFICATION (Tender: DGTZN15) Contract DGTZN15/Notice Inviting Tender Page I 1 1.1.1 Name of Work: NOTICE INVITING

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

SONAR BANGLA CEMENT (A DIVISION OF CENTURY TEXTILES & INDUSTRIES LTD.) Open Tender Notice No. 41/OT/SBC-PSC/PKG-3B/2012 Dated

SONAR BANGLA CEMENT (A DIVISION OF CENTURY TEXTILES & INDUSTRIES LTD.) Open Tender Notice No. 41/OT/SBC-PSC/PKG-3B/2012 Dated SONAR BANGLA CEMENT (A DIVISION OF CENTURY TEXTILES & INDUSTRIES LTD.) Open Tender Notice No. 41/OT/SBC-PSC/PKG-3B/2012 Dated 26.06.2012. Manufacture, supply and delivery of B.G. Pre-Stressed Concrete

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

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

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

BID DOCUMENT SECTION I

BID DOCUMENT SECTION I NIT No. : IISER-K/Civil/18-19/17 BID DOCUMENT SECTION I TECHNICAL BID for Construction of dry wall partition for making lab inside the room no. 301 of Administrative cum Academic Complex of IISER Kolkata

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

OFFICE OF THE UNIVERSITY ENGINEER

OFFICE OF THE UNIVERSITY ENGINEER OFFICE OF THE UNIVERSITY ENGINEER PATNA UNIVERSITY PATNA TENDER NO.: 03/06-7 DATE: 7/05/06 Emergent Notice Inviting Tender for appointment of agency for providing manpower on outsourcing basis in Patna

More information

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

More information

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER

UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER UNIVERSITY OF KASHMIR Office of the Executive Engineer, Construction Division NOTICE INVITING E-TENDER NIT No: - F (E.Tend)(Ren.Qtr.Hos) UCD)KU/ 54/18 DATED: -14-09-2018. For and on behalf of the University

More information

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

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

More information

NLC TAMILNADU POWER LIMITED

NLC TAMILNADU POWER LIMITED PRESS TENDER NOTICE Dated: 08.06.2017 Sealed quotations in single cover consisting of two inner sealed covers (containing Technical cover as Part I and price cover as Part II) super scribing the Name of

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

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

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

More information

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

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

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

More information

Tender. For. 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

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

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

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS E-TENDER DOCUMENT FOR PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS THE PUNJAB STATE BOARD OF TECHNICAL EDUCATION AND INDUSTRIAL TRAINING(PSBTE & IT) PHONE NO.0172-2612262, 2622586 Rs.

More information

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

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax Bank Note Paper Mill India Private Limited, Mysore Invites sealed quotations for Sale of Kraft Sheet & Wooden Pallets at BNPM, Mysore. The Tender document is hosted on Company s website http://www.bnpmindia.com.

More information

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

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP) 1 THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad-211009 (UP) Tender Document For SECURITY SERVICES In NSIC BRANCH

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

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab. Tender Notification No : To be generated automatically by the E-procurement portal of the Govt. of Punjab. Nature of work : Short term e- tenders are hereby invited from the Manufacturers / Cost of the

More information

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

Please purchase PDFcamp Printer on to remove this watermark.

Please purchase PDFcamp Printer on   to remove this watermark. No. 10(08)/2010-11/NMNH Government of India National Museum of Natural History (Ministry of Environment & Forests) FICCI Museum Building, Barakhamba Road, New Delhi- 110001. Dated: 2nd November 2010. To,

More information

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER DELHI URBAN SHELTER IMPROVEMENT BOARD GOVT. OF NCT OF DELHI OFFICE OF THE EXECUTIVE ENGINEER, ELECTRICAL (E-2) 1, Kilokari, Opp. Maharani Bagh, Ring Road, New Delhi-14. NIT NO.38/EE/E-2/(DUSIB)/2016-17/D-399

More information

GOVERNMENT OF KARNATAKA

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

More information

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

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

More information

Tender 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

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

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

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

More information

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED REQUEST FOR PROPOSAL (RFP) - E tender NOIDA METRO RAIL CORPORATION (NMRC) LIMITED Appointment of practicing Company Secretary (CS) Firm for NMRC Issued by: Noida Metro Rail Corporation (NMRC) Limited Block-III,

More information

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER The Executive Engineer /E-4 invites on behalf of DUSIB. Item rate e-tender in Two bid system, from

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

More information

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document : 2 GOVERNMENT OF ORISSA DISTRICT ELECTION OFFICE, MALKANGIRI TENDER DOCUMENT For providing Services of Data Entry Operators to the District Election Office, Collectorate, Malkangiri-764048 by a Private

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

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI TENDER DOCUMENTS FOR PROVIDIN G VARIOUS TYPES OF MANPOWER AT IIIT-Delhi Tender No. IIITD/GEN-ADMN/MS/2009/(I) (General Conditions of Contract) Indraprastha

More information

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td ) OPEN TENDER NOTICE Dated: 21-07-2016 Sealed quotations in single cover consisting of two inner sealed covers (containing Technical cover as Part I and price cover as Part II) super scribing the Name of

More information

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS BOTANIC GARDEN OF INDIAN REPUBLIC Botanical Survey of India MOEF, Government of India Lt. Vijayant Thapar Marg (DSC Road) Sector 38A, NOIDA 201 303, U.P. NOTICE INVITING TENDERS Sealed tenders for Providing

More information

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061 ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061 EXECUTION OF WATERPROOFING WORKS IN PACKAGE.- II AT HAL, NASHIK. TENDER INVITED BY ENGINEERING PROJECTS

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