ERNAKULAM REGIONAL CO-OPERATIVE MILK PRODUCERS UNION LTD. P.B.NO.2212, EDAPPALLY, KOCHI PHONE: NO.EU/PC/743/NPDD/EKM/2015

Size: px
Start display at page:

Download "ERNAKULAM REGIONAL CO-OPERATIVE MILK PRODUCERS UNION LTD. P.B.NO.2212, EDAPPALLY, KOCHI PHONE: NO.EU/PC/743/NPDD/EKM/2015"

Transcription

1 ERNAKULAM REGIONAL CO-OPERATIVE MILK PRODUCERS UNION LTD. P.B.NO.2212, EDAPPALLY, KOCHI PHONE: NO.EU/PC/743/NPDD/EKM/2015 TENDER FOR THE SUPPLY, INSTALLATION & COMMISSIONING OF 500 KVA DIESEL GENERATOR FOR PRODUCTS DAIRY AT EDAPPALLY KOCHI Page 1 of 43

2 BID FORM 1. Registered Name of Bidder 2. Address Office Address 3. Telephone Land Phone Mobile Fax Page 2 of 43

3 TABLE OF CONTENTS Vol 1. SECTION DESCRIPTION PAGE NO E TENDER NOTICE 4 GENERAL TENDER TERMS & CONDITIONS FOR E-PROCUREMENT 5-8 1I SECTION - I INSTRUCTIONS TO BIDDERS SECTION - II GENERAL CONDITIONS OF CONTRACT SECTION III SPECIAL CONDITIONS OF CONTRACT SECTION IV TECHNICAL SPECIFICATIONS SECTION - V QUALIFICATION APPLICATION FORMAT 35 SECTION VI MANUFACTURERS AUTHORISATION FORM 36 SECTION VII CONTRACT FORM SECTION VIII ACCEPTABLE FORMS OF BANK GUARANTEE Page 3 of 43

4 ERNAKULAM REGIONAL CO-OPERATIVE MILKPRODUCERS UNION LTD. P.B. NO. 2212, EDAPPALLY, KOCHI 24 Phone , NO.EU/PC/743/NPDD/EKM/2015 Date: E - TENDER NOTICE 1. Ernakulam Regional Co-operative Milk Producers Union Ltd. Under NPDD Scheme, centrally sponsored by Ministry of Agriculture, Department of Animal Husbandry & Dairying & Fisheries, GOI invites Technical cum Commercial Tenders from the reputed Manufacturers, Accredited Distributors & Dealers for supply, installation & commissioning of 500 KVA DG Set at Products Dairy, Edappally. A ITEM DESCRIPTION Appox Qty. EMD (Rs) 1. Supply, installation & commissioning of DG 1 No 35, Set (500 KVA) 2. Interested eligible Bidders may obtain further information from the office of the Ernakulam Regional Cooperative Milk Producers Union Ltd, Edappally. 3. The bid shall be submitted in two-cover system consisting of technical bid and price bid. The price bid of those who qualify in the technical bid only will be opened. 4. Detailed terms and conditions, scope of work etc as indicated in the invitation to bid are contained in the bidding document of the above work. 1. Bid Reference : NO.EU/PC/743/NPDD/EKM/ Tender Download : Can be downloaded from the website 3. Price of Tender Documents : Rs 1000/- as online remittance 4. EMD : As specified, as on online remittance 5. Document download start date : at 5:00 PM 6. Pre Bid Meeting : :00 Hours at Products Dairy, Edappally 7. Bid submission start date : Bid submission closing date : at 11:00 AM 9. Date / Time of opening Technical : at 11:30 Hours Tender 10. Time of Completion : 90 days 11. Address of communication and place of bid opening : ERCMPU Ltd, Edappally Cochin Bid Validity : 60 days from All bids must be accompanied by Bid security (EMD) and tender fee as specified in the e-tender notice. Tender documents can also be seen in our web site Page 4 of 43 MANAGING DIRECTOR ERCMPU Ltd

5 General Tender Terms & Conditions for e-procurement This tender is an e-tender and is being published online for supply, installation & commissioning of DG Set (500 KVA) at Products dairy, Edappally. The tender is invited in two cover system from the registered and eligible firms through e- procurement portal of Government of Kerala ( Prospective bidders willing to participate in this tender shall necessarily register themselves with above mentioned e-procurement portal. The tender timeline is available in the critical date section of this tender published in A). Online Bidder registration process: Bidders should have a Class II or above Digital Signature Certificate (DSC) to be procured from any Registration Authorities (RA) under the Certifying Agency of India. Details of RAs will be available on Once, the DSC is obtained, bidders have to register on website for participating in this tender. Website registration is a one-time process without any registration fees. However, bidders have to procure DSC at their own cost. Bidders may contact e-procurement support desk of Kerala State IT Mission over telephone at , , or , through etendershelp@kerala.gov.in for assistance in this regard. B). Online Tender Process: The tender process shall consist of the following stages: i. Downloading of tender document: Tender document will be available for free download on However, tender document fees shall be payable at the time of bid submission as stipulated in this tender document. ii. Pre-bid meeting: , AM at Products Dairy, Edappally. iii. Publishing of Corrigendum: All corrigenda shall be published on and shall not be available elsewhere. iv. Bid submission: Bidders have to submit their bids along with supporting documents to support their eligibility, as required in this tender document (Clause No.3, Instruction to Bidders) of No manual submission of bid is allowed and manual bids shall not be accepted under any circumstances. v. Opening of Technical Bid and Bidder short-listing: The technical bids will be opened, evaluated and shortlisted as per the eligibility and technical qualifications. All documents in support of technical qualifications shall be submitted (online). Failure to submit the documents online will attract disqualification. Bids shortlisted by this process will be taken up for opening the financial bid. Page 5 of 43

6 vi. Opening of Financial Bids: Bids of the qualified bidder s shall only be considered for opening and evaluation of the financial bid on the date and time mentioned in critical date s section. C). Documents Comprising Bid: (i). The First Stage (Pre-Qualification or Technical Cover based on 1 cover or 2 cover tender system): Pre-Qualification or Technical proposal shall contain the scanned copies of the following documents which every bidder has to upload: For the purpose of this particular contract, bidder should meet the following qualifying criteria as minimum: a. The bidder should be in business as manufacturer, for a minimum period of five years at the time of bid opening in the same name and style. b. The bidder should have completed a minimum of three similar work of value of the estimated value of the Contract, for which this Invitation to Bid is issued, during the last five years. c. The bidder's annual financial turnover in the same name and style in each year of the last three years shall not be less than the probable amount of contract as specified in the Invitation to Bid. d. The bidder shall furnish a copy of the Income tax Returns for the previous year in original or certified true copies. The department doesn t take any responsibility for any technical snag or failure that has taken place during document upload. (ii). The Second Stage (Financial Cover or as per tender cover system): The Bidder shall complete the Price bid as per format given for download along with this tender. Note: The blank price bid should be downloaded and saved on bidder s computer without changing file-name otherwise price bid will not get uploaded. The bidder should fill in the details in the same file and upload the same back to the website. Fixed price: Prices quoted by the Bidder shall be fixed during the bidder's performance of the contract and not subject to variation on any account. A bid submitted with an adjustable/ variable price quotation will be treated as non - responsive and rejected. Page 6 of 43

7 D). Tender Document Fees and Earnest Money Deposit (EMD) The Bidder shall pay, a tender document fees of Rs.1,000/- and Earnest Money Deposit or Bid Security of Rs.35,000/-. The Bid security is required to protect the purchaser against risk of Bidder s conduct, which would warrant the forfeiture of security. Online Payment modes: The tender document fees and EMD can be paid in the following manner through e-payment facility provided by the e-procurement system: i. State Bank of Travancore (SBT) Internet Banking: If a bidder has a SBT internet banking account, then, during the online bid submission process, bidder shall select SBT option and then select Internet banking option. The e-procurement system will re-direct the bidder to SBT s internet banking page where he can enter his internet banking credentials and transfer the tender document and EMD amount. ii. National Electronic Fund Transfer (NEFT)If a bidder holds bank account in a different bank, then, during the online bid submission process, bidder shall select NEFT option. An online remittance form would be generated, which the bidder can use for transferring amount through NEFT either by using internet banking of his bank or visiting nearest branch of his bank. After obtaining the successful transaction receipt no., the bidder has to update the same in e-procurement system for completing the process of bid submission. Bidder should only use the details given in the Remittance form for making a NEFT payment otherwise payment would result in failure in e- Procurement system. As NEFT payment status confirmation is not received by e-procurement system on a real-time basis, bidders are advised to exercise NEFT mode of payment option at least 48 hours prior to the last date and time of bid submission to avoid any payment issues. NEFT payment should done according to following guidelines: i. Single transaction for remitting Tender document fee and EMD: Bidder should ensure that tender document fees and EMD are remitted as one single transaction. ii. Account number as per Remittance Form only: Account no. entered during NEFT remittance at any bank counter or during adding beneficiary account in Internet banking site should be the same as it appears in the remittance form generated for that particular bid by the e-procurement system. Bidder should ensure that tender document fees and EMD are remitted only to the account number given in the Remittance form provided by e-procurement system for that particular tender. Bidders must ensure that the banker inputs the Account Number (which is case sensitive) as displayed in the Remittance form. No additional information like bidder name, company name, etc. should be entered in the account no. column along with account no. for NEFT remittance. Page 7 of 43

8 iii. Only NEFT Remittance Allowed: RTGS payments, Account to Account transfers, State Bank Group Transfers (GRPT) or Cash payments are not allowed and are treated as invalid mode of payments. Bidder must ensure that the banker does NEFT transaction only irrespective of the amount and specially instruct the banks not to convert the payment type to RTGS or GRPT. iv. Amount as per Remittance form: Bidder should ensure that the amount being remitted is neither less nor higher than the amount shown in remittance form. v. UTR Number: Bidders should ensure that the remittance confirmation (UTR number) received after NEFT transfer should be updated as it is, in the e-procurement system for tracking the payment. vi. One Remittance Form per Bidder and per Bid: The remittance form provided by e-procurement system shall be valid for that particular bidder and bid and should not be re-used for any other tender or bid or by any other bidder. Any transaction charges levied while using any of the above modes of online payment has be borne by the bidder. The supplier/contractor's bid will be evaluated only if payment status against bidder is showing Success during bid opening. E). SUBMISSION PROCESS: For submission of bids, all interested bidders have to register online as explained above in this document. After registration, bidders shall submit their Technical bid and Financial bid online on along with online payment of tender document fees and EMD. For page-by-page instructions on bid submission process, please visit and click Bidders Manual Kit link on the home page. It is necessary to click on Freeze bid link/ icon to complete the process of bid submission otherwise the bid will not get submitted online and the same shall not be available for viewing/ opening during bid opening process. Page 8 of 43

9 SECTION I. INSTRUCTION TO BIDDERS CLAUSE SUBJECT PAGE No. A. Introduction 1. Source of Funds Eligible Bidders Cost of Bidding 10 B. Bidding Documents 4. Content of Bidding Documents Instructions Clarification of Bidding Documents Amendment of Bidding Documents 11 C. Preparation of Bids 8. Language of Bid Documents Comprising the Bid Bid Form Bid Prices Bid currency & payments Documents Establishing Bidder's Eligibility and qualifications Documents Establishing Goods Eligibility and Conformity to Bid document Bid Security Period of validity of bids Variation in bidding conditions Pre bid meeting 14 D. Submission of Bids 19. Bid submission 14 E. Bid Opening and Evaluation 20. Opening of Bids Conversion to Single Currency 15 F. Award of Contract 22. Post qualification Award criteria ERCMPU's right to accept any bid and to Reject any or all bids Notification of award Signing of contract Performance security Clarification of Bids (Pre Bid Meeting) 16 Page 9 of 43

10 SECTION I. INSTRUCTION TO BIDDERS A. Introduction 1.0 The project is financed under NPDD Scheme 1.1 Description Supply, installation & commissioning of DG Set (500 KVA) under NPDD Scheme 1.2 Owner Managing Director, ERCMPU Ltd 2.0. Eligible Bidders 2.1 This invitation for Bids is open to all eligible bidders as per the eligibility criteria of this bidding document. 3.0 Cost of Bidding 3.1 The Bidder shall bear all costs associated with the preparation and submission of his bid, and the Ernakulam Regional Co-operative Milk Producers Union ltd., hereinafter referred to as "ERCMPU", will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. B. The Bidding Documents 4.0 Content of Bidding Document includes the number of copies as stated below Number of Volume Section Description copies Copies I I 0 E tender Notice I Instruction to Bidders II General Conditions of Contract III Special Conditions of Contract Part I IV Special Conditions of Contract Part II V Technical Specifications VI Qualification application format VI I Manufacturers authorization form VIII Technical deviation statement form IX Form of Agreement X Acceptable Forms of Bank Guarantee II XI Schedule of Quantities 5.0 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents, etc. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder's risk. Page 10 of 43

11 6.0 Clarification of Bidding Documents A prospective Bidder requiring any clarification of the Bidding Documents may notify to ERCMPU in writing or by mail, fax, or at the mailing address indicated in the Invitation for Bids. ERCMPU will respond in to any request for clarification of the Bidding Documents, which it receives not later than 10 days prior to the deadline for the submission of bids prescribed by the ERCMPU. 7.0 Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the ERCMPU may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by amendment. 7.2 The amendment if any will be informed through corrigendum published. 7.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the ERCMPU may, at its discretion, extend the deadline for the submission of bids. 7.4 There shall not be any individual communication in respect of general notices, amendments, etc. The prospective offers are advised to check for updates in our website and on a day to day basis. The prospective tenderers are advised to browse the website of ERCMPU on a day-today basis and to go through the corrigendum in till the tender is concluded. C. Preparation of Bids 8.0 Language of Bid The Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the Bidder and the ERCMPU, shall be written in the English language. Supporting documents and the printed literature furnished by the Bidder may be written in another language provided they are accompanied by an English translation of pertinent passages in the above stated language. For the purpose of interpretation of the bid, the English translation shall prevail. 9.0 Documents comprising the Bid The bid prepared by the Bidder shall comprise the following components: a. Bid security (Earnest Money Deposit) b. Schedule of quantities c. Documentary evidence established in accordance with clause 13 that the Bidder is eligible to bid and is qualified to perform the contract if bid is accepted. d. Documentary evidence established in accordance with Clause 14 that the goods and ancillary services to be supplied by the Bidder are eligible goods and services and conform to the Bidding Documents 10.0 Bid Form The Bidder shall complete the BOQ document exhibited in the e tender Page 11 of 43

12 11.0 Bid Prices 11.1 All duties, taxes and other levies, entry tax etc., for supply shall be payable by the bidder under the contract shall be shown separately in the rate and the prices and total bid price submitted by the bidder and evaluation and the comparison of bids by the ERCMPU shall be made accordingly Fixed price The rates and prices quoted by the bidder shall be fixed for the duration of the contract period and shall not be subjected to adjustment on any account Bid Currency & payments For all goods and services covered in this Bidding Document, prices & payments shall be in Indian Rupees only Documents Establishing Bidders' Eligibility and qualifications Pursuant to clause 9, the Bidder shall furnish, as part of its bid, documents establishing the Bidder's eligibility to bid and its qualification to perform the Contract if its bid is accepted. For the purpose of this bidder shall meet the following qualification criteria as a minimum: a. The bidder should be in business as manufacturer, for a minimum period of five years at the time of bid opening in the same name and style. Dealers who quote for the tender should submit manufactures authorization form. b. The bidder should have completed a minimum of three similar work of value of the estimated value of the Contract, for which this Invitation to Bid is issued, during the last five years. c. The bidder's annual financial turnover in the same name and style in each year of the last three years shall not be less than the probable amount of contract as specified in the Invitation to Bid. d. The bidder shall furnish a copy of the Income tax Returns for the previous year in original or certified true copies The documentary evidence of the Bidder's eligibility to bid shall be established to the ERCMPU's satisfaction 13.3 The documentary evidence of the Bidder's qualifications to perform the Contract if its bid is accepted shall be established to the ERCMPU's satisfaction. Page 12 of That, the Bidder has the financial and business capability necessary to perform the Contract. To this end, all bids submitted shall include the following information along with formats under Section V. a. Copies of original documents defining the constitution or legal status, place of registration and principal place of business of the company or firm or partnership etc.

13 b. Details of experience and past performance of the bidder on works of similar nature and capacity within the past 5 years and details of current contracts in hand and other commitments; (Name of work turn-key jobs, capacity of the plant executed, Contract reference, Name and detailed postal address of client, value of work, time of completion, date of completion etc. are to be furnished). c. Reports on financial standing of the Bidder such as profit and loss statements, balance sheets and auditor's report of the past three years, bankers solvency certificates etc; d. Income tax clearance certificate and sales tax clearance certificate for the previous three years, in original/certified true copies. e. Copy of license/certificate issued by competent authorities. f. Information regarding any current litigation in which the bidder is involved Documents Establishing Goods' Eligibility and Conformity to Bidding Documents Pursuant to Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the eligibility and conformity to the Bidding Documents of all goods and services, which the Bidder proposes to supply under the Contract The documentary evidence of the goods and services conformity to the Bidding Documents may be in the form of literature, drawing and data, and shall furnish a detailed description of the goods essential technical and performance characteristics Pursuant to Clause 14.2 above, the Bidder shall note that standards for workmanship, material and equipment, and references to brand names or catalogue numbers designated by the ERCMPU in its Technical Specifications are intended to be descriptive only and not restrictive. Bidder should quote for the item as per the technical specification given by the ERCMPU Bid Security (Earnest Money Deposit) 15.1 The Bidder shall furnish, as part of its bid, bid security for the amount as specified in the E tender notice through ONLINE NEFT TRANSACTION 15.2 Any bid not accompanied by an acceptable bid security pursuant to Clause No 15.1 hereof shall be automatically rejected The bid Securities of the unsuccessful bidders shall be refunded as promptly as possible, but not later than 30 days after the expiry of the period of bid validity as prescribed in these documents through ONLINE NEFT TRANSACTION The bid Securities of the successful bidder(s) shall be refunded when the bidder has signed the agreement and furnish the required performance security No interest shall be paid by ERCMPU on the bid security furnished by the bidder The bid security may be forfeited: a. If a Bidder withdraws its bid during the period of bid validity. b. In the case of successful Bidder, if the Bidder fails within the time limit: Page 13 of 43

14 I. To sign the agreement II. To furnish performance security 16.0 Period of validity of Bids 16.1 Bids shall remain valid for 60 days after the date of bid opening prescribed by the ERCMPU. A bid valid for a shorter period may be rejected by the ERCMPU as non-responsive In exceptional circumstance, prior to the expiry of the original bid validity period, ERCMPU may request the Bidders for a specific extension in the period of validity. The request and the response thereto shall be made in writing (or by cable or mail). A Bidder may refuse the request without forfeiting its bid security. The bidder agreeing to the request all not be permitted to modify his bid, but shall be required to extend the validity of his bid security correspondingly. The provision of clause 15 shall continue to apply during the extended period of bid validity Variation in Bidding conditions The bidder shall submit offer, which comply fully with the requirements of the bidding documents, including the basic technical design as indicated in the drawings and specifications. Conditional bids are considered as nonresponsive Pre Bid Meeting 18.1 The bidder or his authorized representative is advised to attend a pre-bid meeting which will be convened at the office of the ERCMPU on a date and time as stated in the INVITATION TO BID (E-TENDER NOTICE) The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage The bidder is requested to submit any question in writing or by to reach the ERCMPU not later than one week before the meeting Minutes of the meeting of the pre-bid will be published in the website. D 19.0 Submission of bids a. The bid shall be in two parts viz. technical and commercial (price). The technical bid shall be in accordance with the clause No.13 and No.14 and details finalized in pre-bid minutes & corrigendum. a. The price bids of those who qualified in the pre-qualification criteria indicated in clause No.13 and No.14 & Clause No 8 of general conditions will only be opened. E BID OPENING AND EVALUATION 20.0 Bid opening 20.1 Bids will be opened at the time and date specified in the NIT. Page 14 of 43

15 21.0 Conversion to Single Currency 21.1 All bid prices shall be submitted in Indian currency only. F. AWARD OF CONTRACT 22.0 Post-qualification 22.1 ERCMPU will determine to its satisfaction whether the Bidder selected as having submitted the lowest evaluated responsive bid is qualified to satisfactorily perform the Contract The determination will take into account the Bidder's financial, technical capabilities. It will be based upon an examination of the documentary evidence of the Bidder's qualifications submitted by the Bidder, pursuant to Para 13, as well as such other information as the ERCMPU deems necessary and appropriate including details of experience and records of past performance An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidder's bid, in which event; ERCMPU will proceed to the next lowest evaluated bid to make a similar determination of that Bidder's capabilities to perform satisfactorily Award Criteria 23.1 Subject to clause 24, the ERCMPU shall award the Contract to the bidder whose bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest. While finalizing the contract the rate as well as the merits of the equipment will be considered 23.2 ERCMPU's right to vary quantities at time of award ERCMPU reserves the right at the time of award of contract to increase or decrease the quantity of goods and services specified in the schedule of requirement without any change in unit price or other terms and conditions ERCMP's Right to Accept any bid and to reject any or all bids 24.1 Notwithstanding clause 23 or any other clauses stated above, the ERCMPU reserves the right to accept or reject any bid and to annul the bidding process and reject all bids, at any time prior to the award of the Contract, without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for the ERCMPU 's action Notification of Award 25.1 Prior to the expiry of the period of bid validity prescribed in the bid documents, the ERCMPU will notify the successful bidder by fax/ e - mail that his bid has been accepted. This letter (hereinafter and in the Conditions of Contract referred to as "Letter of Acceptance") shall name the sum which the ERCMPU will pay to the Contractor in consideration of the execution, completion and the maintenance of the works by the Contractor as prescribed by the Contract (hereinafter and in the Conditions of the Contract referred to as the "Contract price") The notification of the award will constitute the formation of the Contract. Page 15 of 43

16 25.3 Upon the furnishing by the successful bidder of a performance security in accordance with the clause 27 the ERCMPU will notify the unsuccessful bidders that their bids have been unsuccessful Signing of Agreement The successful bidder has to execute and agreement within 15 days of receipt of the order Performance Security 27.1 Within 20days of the receipt of the work order the successful bidder shall furnish a performance security 10% of the contract value. The performance security in the form of Demand Draft or Bank Guarantee in favour of Ernakulam Regional Co-operative Milk Producers Union Limited. The Bank guarantee shall be valid for the entire period of contract including guarantee period plus 90 days 27.2 Failure of the successful Bidder to comply with the requirement of Clause 25 or Clause 26 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the ERCMPU may make the award to the next lowest evaluated bidder or call for new bids Clarification of Bids (Pre Bid Meeting) To assist in the examination, evaluation and comparison of bids the ERCMPU may, at its discretion, ask the Bidders for a clarification of its bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. Page 16 of 43

17 SECTION II. GENERAL CONDITIONS OF CONTRACT TABLE OF CLAUSES Clause Topic Page Clause Topic Page No. No. 1. Definitions Assignment Application Subcontracts Country of Origin Delays in Contractor's Performance Standards Liquidated Damages Use of Contract Documents Termination for default Patent Rights Force Majeure Performance Security Termination for insolvency Inspections and Tests Termination for convenience Packing & Marking Resolution of disputes Delivery and Documents Governing Languages Insurance Applicable law Transportation Notices Incidental Services Taxes and duties Warranty/Guarantee Right to use defective Equipment Payment Prices 23 Page 17 of 43

18 SECTION II - GENERAL CONDITIONS OF CONTRACT 1.0 Definitions 1.1 In this contract, the following terms shall be incorporated as indicted a. "The Contract" means the agreement entered into between the ERCMPU and the Successful bidder, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein: b. "The Contract Price" means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations; c. "The Goods" means all of the equipment, machinery, and/or other materials, which the Contractor is required to supply to the ERCMPU under the Contract d. "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provisions of technical assistance, training and other such obligations of the Contractor covered under the Contract; e. "The ERCMPU" Shall mean The Ernakulam Regional Co-operative Milk Producers Union Ltd f. "The Contractor" means the successful bidder whose bid has been accepted by the ERCMPU and on whom a work order has been placed and shall include his heirs, legal representatives and assignees. h. Engineer-in-charge means the Engineer or any other authorized representatives of the ERCMPU who is empowered to take decision on behalf of ERCMPU for the purpose of the Contract. 2.0 Application These General Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them. 3.0 Standards 3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical specifications, and, when no applicable standard is mentioned, to the Indian Standards. 4.0 Country of Origin Indian. The bidder (authorized representative or dealer) in India can quote for the equipment manufactured in any foreign country. 5.0 Use of Contract Documents and Information 5.1 The Contractor shall not, without the ERCMPU's prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the ERCMPU in connection therewith, 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 confidence and shall extend only so far as may be necessary for purposes of such performance. Page 18 of 43

19 5.2 The Contractor shall not, without the ERCMPU's prior written consent, make use of any document or information enumerated in para.5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in the para.5.1 shall remain the property of the ERCMPU and shall be returned (in all copes) to the ERCMPU on completion of the Contractor's performance under the Contract if so required by the ERCMPU. 6.0 Patent Rights 6.1 The Contractor shall indemnify the ERCMPU against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the goods or any part thereof in India. 7.0 Performance Security 7.1 Within 20 days after the Contractor's receipt of notification of award of the Contract, the Contractor shall furnish performance security to the ERCMPU in the amount specified in the Special Conditions of Contract. 7.2 The proceeds of the performance security shall be payable to the ERCMPU as compensation for any loss resulting from Contractor's failure to complete its obligations under the Contract. 7.3 The performance security shall be denominated in Indian Rupees and shall be in the following form: i. A Bank guarantee issued by a Nationalized Indian Bank. ii. Demand draft in favour of Ernakulam Regional Co-operative Milk Producers Union Ltd payable at Ernakulam iii. The bank guarantee shall be valid till the expiry of the warranty period. 7.4 The performance security will be discharged by the ERCMPU and returned to the contractor not later than 30 days following the date of completion of the Contractor's performance obligations, including any warranty obligations, under the Contract. 7.5 In the event of increase in the Contract value, in actual execution, proportionate additional performance security shall be paid by the Contractor if called upon to do so. 7.6 In the event of decrease in the Contract value the performance security shall be proportionately adjusted on the completion of the work. 7.7 No interest shall be paid by the ERCMPU for the amount deposited as Performance security with the ERCMPU. 8.0 Inspection and Tests 8.1 The ERCMPU or its representatives shall have the right to inspect and/or test the Goods to confirm their conformity to the Contract. The Special Conditions of Contract and/or the Technical Specifications shall specify what inspections and tests the ERCMPU requires and where they are to be conducted. The ERCMPU shall notify the Contractor in writing of the identity of any representatives, if retained for these purposes. 8.2 The Inspections and tests may be conducted on the premises of the contractor or its subcontractor(s), at point of delivery and/or at the Good's final destination. Page 19 of 43

20 Where conducted on the premises of the Contractor or its sub-contractor(s), all reasonable facilities and assistance-including access to drawing and production data-shall be furnished to the inspectors at no charge to the ERCMPU. In case of any defects of deficiency notified by the ERCMPU's inspection authority, the Contractor will rectify and make good the same without delay and not proceed further processing of such item(s) of Goods without obtaining approval from the inspection authority. 8.3 Should any inspected or tested Goods fail to conform to the specifications, the ERCMPU may reject them and the Contractor shall either replace the rejected Goods or make all alternations necessary to meet specification requirements free of cost to the ERCMPU. 8.4 The ERCMPU's right to inspect, test and, where necessary, reject the goods after the Goods' arrival at Destination shall in no way be limited or waived by reason of the Goods having previous been inspected, tested and passed by the ERCMPU or its representative prior to the Goods shipment from the country of origin. 8.5 Nothing in Clause 8 shall in any way release the Contractor from any warranty or other obligations under the Contract. 9.0 Packing and Marking 9.1 The Contractor shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicted in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to temperature, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final destination and the absence of heavy handling facilities at all points in transit. 9.2 The packing, marking and documents within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract and, in any subsequent instructions ordered by the ERCMPU. 9.3 Each package shall be marked to indicate: a. Name of the Contractor b. Details of items in the package c. Name of the Consignee d. Work order Number e. Gross, net and tare weight f. Destination 10.0 Delivery and Documents 10.1 Delivery of the goods shall be made by the Contractor in accordance with the terms specified by the ERCMPU in its Schedule of Requirements and the Special Conditions of Contract. 11. Insurance 11.1 The goods supplied under the Contract shall be fully insured in Indian Rupees against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the Special Conditions of Contract. Page 20 of 43

21 11.2 Where delivery of the Goods is required by the ERCMPU on a CIF basis, the Contractor shall arrange and pay for marine insurance naming the ERCMPU as the beneficiary. After arrival of the goods and prior to the commencement of the mechanical erection the bidder shall arrange a comprehensive storage cum erection insurance naming ERCMPU as the beneficiary. The storage cum erection insurance policy shall cover the entire value of the goods including erection work as per the order value of ERCMPU The Contractor shall provide a copy of the insurance policy along with invoice to the ERCMPU who will make arrangements to extend the validity of the policy, if necessary The Contractor shall a. Initiate and pursue claim till settlement, and b. Prompt make arrangements for repair and/or replacement of any damaged item/s irrespective of settlement of claim by the underwriters Transportation 12.1 The Contractor is required under the Contract to deliver the Goods FOR Destination, specified in the Schedule of requirement. Transport of the Goods to the destination shall be arranged and paid for by the Contractor and the cost thereof shall be included in the contract price Where the Contractor is required to effect delivery under any other terms, for example, by post or to another address in the source country, the Contractor shall be required to meet all transport and storage expenses until delivery In all the above cases, transportation of the Goods after delivery shall be the responsibility of the ERCMPU Incidental Services 13.1 As specified in the Special conditions of Contract, the Contractor may be required to provide any or all of the following services: a. Performance or supervision of on-site assembly and/or start-up of the supplied goods; b. Furnishing of tools required for assembly and/or maintenance of the supplied goods; c. Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods; e. Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Contractor of any warranty obligations under this Contract and e. Conduct of training of the ERCMPU's personnel, at the Contractor's plant and/or on-site in assembly, start-up operation, maintenance and/or repair of the supplied goods Prices charged by the Contractor for the preceding incidental services should be included in the price for the Goods. Page 21 of 43

22 14.0 Warranty/Guarantee 14.1 The Contractor warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the contract. The Contractor further warrants that the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (Except in so far as the design or material is required by the ERCMPU's specifications) or from any act or omission of the Contractor, that may develop under normal use of the supplied Goods in the conditions obtaining in the country of final destination. The Contractor also guarantees that the Goods supplied shall perform satisfactorily as per the designed/rated/installed capacity as provided for in the Contract This warranty/guarantee shall remain valid for 12 months after the Goods, or any portion thereof as the case may be, have been delivered and commissioned to the final destination indicated in the Contract The ERCMPU shall promptly notify the Contractor in writing of any claims arising under this warranty Upon receipt of such notice, the Contractor shall, with all reasonable speed, repair or replace the defective Goods or parts thereof, without costs to the ERCMPU If the Contractor, having been notified, fails to remedy the defect(s) within a reasonable period, the ERCMPU may proceed to take such remedial action as may be necessary, at the Contractor's risk and expenses and without prejudice to any other rights which the ERCMPU may have against the Contractor under the Contract This warranty/guarantee shall not cover any damage/s resulting from normal wear and tear or improper handling by the ERCMPU or his authorized representatives For assessing the rated performance of the plant, the combined capacity as well as individual equipment capacity shall be reckoned. The Plant shall be operated for 8 hours continuously per shift Payment 15.1 The method and conditions of payment to be made to the Contractor under the Contract shall be specified in the Special Conditions of Contract The Contractor's request(s) for payment shall be made to the ERCMPU in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and Services performed, and by shipping documents, submitted pursuant to Clause 10, and fulfillment of other obligations stipulated in the Contract Payments shall be made promptly by the ERCMPU within thirty days of submission of an invoice/claim by the Contractor The currency in which payment is made to the Contractor under this Contract shall be Indian Rupees. Page 22 of 43

23 16.0 Prices 16.1 Prices charged by the Contractor for Goods delivered and Services performed under the Contract shall not, vary from the prices quoted by the Contractor in its bid Assignment 17.1 The Contractor shall not assign, in whole or in part, its obligations to perform under the Contract, except with the ERCMPU's prior written consent Subcontracts 18.1 The contractor shall notify the ERCMPU in writing of all subcontracts awarded under the Contract if not already specified in his bid. Such notification, in his original bid or later, shall not relieve the Contractor from any liability or obligation under the Contract Subcontracts must comply with the provisions of Clause Delays in the Contractor's Performance 19.1 Delivery of the Goods and performance of services shall be made by the Contractor in accordance with the time schedule specified by the ERCMPU in its Schedule of Requirements An unexcused delay by the Contractor in the performance of its delivery obligations shall render the Contractor liable to any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated damages and/or termination of the Contract for default If any time during performance of the contract, the contractor or its subcontractor(s) should encounter conditions impeding timely delivery of the Goods and performance of Services, Contractor shall promptly notify ERCMPU in writing of the fact of delay, its likely duration and its cause(s). As soon as practicable after receipt of the Contractor's notice, the ERCMPU shall evaluate the situation and may at its discretion extend the Contractor's time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract Liquidated Damages 20.1 Subject to Clause 22, if the Contractor fails to deliver any or all of the Goods or perform the Services within the time period(s) specified in the Contract, the ERCMPU shall, without prejudice to its other remedies under the Contract, deduct from the Contract price, as liquidated damages, a sum equivalent to: I. 0.25% of the full contract value for each week of delay II. The total amount so deducted shall not exceed 5% of the Contract value. Once the maximum is reached, the ERCMPU may consider termination of the Contract Any incremental taxes and levies on account of delay in performance of the Contract by the Contractor shall be to the Contractor's account. Page 23 of 43

24 21.0 Termination for Default 21.1 The ERCMPU may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Contractor, terminate the Contract in whole or in part; a. If the Contractor fails to deliver any or all of the Goods within the time period(s) specified in the Contract, or any extension thereof granted by the ERCMPU pursuant to Clause 19; or b. If the Contractor fails to perform any other obligation(s) under the Contract In the event the ERCMPU terminate the Contract in whole or in part, pursuant to para.21.1 the ERCMPU may procure upon such terms and in such manner, as it deems appropriate, Goods similar to those undelivered, and the Contractor shall be liable to the ERCMPU for any excess costs for such similar Goods. However, the contractor shall continue performance of the Contract to the extent not terminated Consequent to such termination of Contract, the ERCMPU shall recover the advance paid, if any, to the Contract along with 18% per annum compounded quarterly on the last day of March, June, September and December on the advance paid for the entire period for which the advance was retained by the Contractor Force Majeure 22.1 Notwithstanding the provisions of Clauses 19,20,21, the Contractor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For purposes of this clause, "Force Majeure" means an event beyond the control of the Contractor and not involving the Contractor's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the ERCMPU either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes If a Force Majeure situation arises, the Contractor shall promptly notify the ERCMPU in writing of such condition and the cause thereof. Unless otherwise directed by the ERCMPU in writing, the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event Termination for Insolvency The ERCMPU may at any time terminate the Contractor by giving written notice to the Contractor, without compensation to the Contractor if; a. The Contractor becomes bankrupt or otherwise insolvent b. The Contractor being a Company is wound up voluntarily by the order of a Court, receiver, liquidator or Manger appointed on behalf of the debenture holders or circumstances shall have arisen which entitle the court or debenture holders to appoint a receiver liquidator or a Manager, provided that such Page 24 of 43

25 termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the ERCMPU Termination for Convenience 24.1 The ERCMPU, may be written notice sent to the Contractor, terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the ERCMPU's convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective The Goods that are complete and ready for shipment within 30 days after the Contractor's receipt of notice of termination shall be purchased by the ERCMPU at the Contract terms and prices. For the remaining Goods, ERCMPU may elect: a. To have any portion completed and delivered at the Contract terms and prices; and/or b. To cancel the remainder and pay to the Contractor an agreed amount for partially completed Goods and for materials and parts previously procured by the Contractor Resolution of Disputes 25.1 The ERCMPU and the Contractor shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract If, after thirty days from the commencement of such informal negotiations, the ERCMPU and the Contractor have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified in the Special Conditions of Contract. The mechanism shall b specified in the Special conditions of Contract Governing Language English Applicable law The Contract shall be interpreted in accordance with the laws of the Union of India Notices 28.1 Any notice given by one party to the other pursuant to the Contract shall be sent in writing or by fax or mail/cable and confirmed in writing to the address specified for that purpose in the Special Conditions of Contract A notice shall be effective when delivered or on the notice's effective date, whichever is later Taxes & duties 29.1 The contractor shall be entirely responsible for all taxes, duties, entry tax license fees etc. including unloading until delivery of the contracted Goods, including Page 25 of 43

THE NATIONAL TREASURY. Republic of South Africa

THE NATIONAL TREASURY. Republic of South Africa THE NATIONAL TREASURY Republic of South Africa GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT July 2010 1 GOVERNMENT PROCUREMENT GENERAL CONDITIONS OF CONTRACT July 2010 NOTES The purpose of this

More information

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for

More information

+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE

+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE 1 +++++ TENDER NO: 7 OF 2018-19 SUPPLY OF OFFICE FURNITURE 1 2 NGWENYA TOWN BOARD TENDER NO: 7 OF 2018-19 SUPPLY OF OFFICE FURNITURE TABLE OF CONTENTS DETAILS PAGE 1. Preamble and General Conditions 3

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

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

TENDER NO: 13 OF PRINTING OF COUNCIL DOCUMENTS

TENDER NO: 13 OF PRINTING OF COUNCIL DOCUMENTS TENDER NO: 13 OF 2018-19 PRINTING OF COUNCIL DOCUMENTS Civic centre Offices Plot 93 & 94,Jacaranda Road. P. O. Box 57 Siteki Swaziland 1. PREAMBLE: The SITEKI TOWN COUNCIL requires a competent, registered

More information

Section IV. General Conditions of Contract

Section IV. General Conditions of Contract Section IV. General Conditions of Contract 1. Definitions 1.1. In this Contract, the following terms shall be interpreted as indicated: (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) The Contract means

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

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

Section III. Contract for Supply and Delivery of Goods

Section III. Contract for Supply and Delivery of Goods Section III. Contract for Supply and Delivery of Goods FPU.SF 19.18 IOM office-specific Ref. No.: IOM Project Code: LEG Approval Code / Checklist Code AGREEMENT FOR THE SUPPLY AND DELIVERY OF GOODS Between

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

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10% REPUBLIC OF KENYA KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/2017-2018 FOR SUPPLY OF ALPHACYPERMETHRINE 10% ISSUED DATE : 1 st August 2017 CLOSING DATE: 15 TH August 2017,

More information

TENDER DOCUMENT FOR IFMIS NO

TENDER DOCUMENT FOR IFMIS NO ETHICS AND ANTI- CORRUPTION COMMISSION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF MOTOR VEHICLES TENDER NO. EACC/29 29/201 /2015-201 2016 IFMIS NO. 226684 INTEGRITY CENTRE Valley Rd/Milimani Rd Junction

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

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/ Kenya Literature Bureau Tender Document For Book Binding Glue ------------------------------------------------ TENDER NO: KLB/T/04/2016-2017 CLOSING DATE 12-5-2016 TABLE OF CONTENTS SECTION I INVITATION

More information

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/ BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comm@centralbank.go.ke TENDER DOCUMENT SUPPLY, INSTALLATION

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

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

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

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD. GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY

More information

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

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 ENERGY REGULATORY COMMISSION 1ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD, UPPERHILL P.O. Box 42681 00100

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2016 TENDER FOR SUPPLY OF DIRECTIONAL DRILLING TOOLS FOR GEOTHERMAL DEVELOPMENT DIVISION (Directional Survey Tools and Wireline Logging Winch) Kenya

More information

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS ICON DRILLING ABN 75 067 226 484 PURCHASE ORDER TERMS & CONDITIONS Acceptance of this offer is subject to the terms and conditions of this Agreement. Acceptance of materials, work or services, payment

More information

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

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

More information

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/012/2016-2017 TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups) CLOSING

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

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

General Terms of Contract

General Terms of Contract APPENDIX III General Terms of Contract GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS 1. 1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have

More information

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT)

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT) TURKANA COUNTY GOVERNMENT OFFICE OF THE COUNTY SECRETARY TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR 2017-2018 (FRAMEWORK AGREEMENT) (RESERVED FOR YOUTH WITH AGPO CERTIFICATE)

More information

Department of Procurement Cell

Department of Procurement Cell ISSUED ON: ISSUED TO: Department of NED UNIVERSITY OF ENGINEERING & TECHNOLOGY, KARACHI Procurement of 2KVA UPS for Center for High Performance Computing TENDER NO. PC/NED/HPCC/UPS/6658/18 LIST OF CONTENTS

More information

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG

STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG TENDER NO:CGM/ONT/024/2015-2016 CLOSING DATE: 11 TH APRIL 2016 AT 10.00 A.M TABLE OF CONTENTS PAGE INTRODUCTION..

More information

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS CHEMELIL SUGAR COMPANY LIMITED TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS YEAR: 2011/2012 TENDER NO: CSCL/T/2011-2012/7 Table of Contents Page Section A INVITATION FOR TENDERS 3 Section B GENERAL

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

THE TECHNICAL UNIVERSITY OF KENYA

THE TECHNICAL UNIVERSITY OF KENYA 1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR TENDER FOR PRINTING OF EXAMINATION BOOKLETS, FILE FOLDERS AND ENVELOPES TUK/T/05/2016-17 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER

More information

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491) ITI LIMITED Phone: (0491)2566010(4 Lines) Palakkad Plant, Kanjikode West PALAKKAD 678 623 (0491) 2511330 KERALA -INDIA E-Mail : pur1_pkd@itiltd.co.in ---------------------------------------------------------------------------------------------------------------------------

More information

Japanese Grant Aid for the Economic and Social Development Programme General Conditions of Contract for the Purchase of Goods (2018)

Japanese Grant Aid for the Economic and Social Development Programme General Conditions of Contract for the Purchase of Goods (2018) Japanese Grant Aid for the Economic and Social Development Programme General Conditions of Contract for the Purchase of Goods (2018) 1. DEFINITIONS 1.1 The following definitions and rules of interpretation

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

STANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

STANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES . DEFINITIONS: In this document the following words shall have the following meanings: 1.1 "Agreement" means these Terms and Conditions; 1.2 "Customer" means the organisation or person who purchases goods

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

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

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

More information

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

BIDDING DOCUMENT Single Stage One Envelope Bidding Procedure

BIDDING DOCUMENT Single Stage One Envelope Bidding Procedure BIDDING DOCUMENT Single Stage One Envelope Bidding Procedure PROCUREMENT OF DENTAL INSTRUMENTS & ALLIED ARTICLES No. DUHS/P&D/2015/7243 Dated 18 April 2015 Reference No. P&D/7243 02 TABLE OF CONTENTS A.

More information

TENDER NO: 7 of CLEANING MATERIAL & TOILET PAPER

TENDER NO: 7 of CLEANING MATERIAL & TOILET PAPER TENDER NO: 7 of 2019-20 CLEANING MATERIAL & TOILET PAPER Civic Offices Corner Police College Road and Airport Road P. O. Box 1790 Matsapha Swaziland 1 TABLE OF CONTENTS DETAILS PAGE 1. Preamble and General

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM-13-2017 OPEN NATIONAL TENDER FOR SUPPLY OF TYRES AND TUBES FOR KENYA ELECTRICITY GENERATING COMPANY. FRAMEWORK TENDER 2017-2019 Kenya Electricity Generating

More information

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS 600 119 TENDER FOR DISMANTLING & REMOVING OF BOATS, DAVITS & RELATED ACCESSORIES

More information

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11. TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.00AM TENDER NO. NCA/T/16/2017-2018 TABLE OF CONTENTS PAGE SECTION

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-071-2016 TENDER FOR SUPPLY OF DRILLING ROCK BITS GEOTHERMAL DEVELOPMENT DIVISION (Roller cone and PDC- Polycrystalline Diamond Compact) Kenya Electricity

More information

Conditions of Contract for Purchase of Goods and Services

Conditions of Contract for Purchase of Goods and Services Conditions of Contract for Purchase of Goods and Services DOCUMENT GOVERNANCE Policy Owner Head of Procurement Effective date 1 March 2017 This policy will be reviewed every six months. CONTENTS 1. DEFINITIONS

More information

TERMS AND CONDITIONS OF SALES

TERMS AND CONDITIONS OF SALES 1. Acceptance No Contract, Order or information (literature, drawings etc.) provided to or by the Purchaser shall be binding on Infra Green Ltd unless confirmed in the Infra Green Ltd Order Confirmation.

More information

SHORT TERM TENDER NOTIFICATION (e-procurement System)

SHORT TERM TENDER NOTIFICATION (e-procurement System) KARNATAKA GOVERNMENT DEPARTMENT OF PUBLIC INSTRUCTION OFFICE OF THE COMMISSIONER, NEW PUBLIC OFFICES, NRUPATUNGA ROAD, BANGALORE 560 001 : 080-22211086/ 22212137 WEB SITE : (http://www.schooleducation.kar.nic.in)

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

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

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR 713 209, WEST BENGAL TENDER REFERENCE CONTACT DETAILS TENDER DOCUMENT FOR MS/SS SHEET PUR/417/NETDG/13/2018-19/RET

More information

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/ BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL

More information

THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS. Tender No: MMH-PHS

THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS. Tender No: MMH-PHS THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS Tender No: MMH-PHS-17-25 Closing Date: 6 th February, 2017 at 10.30 hours (EA Time) January

More information

STANDARD TERMS AND CONDITIONS OF SALES AND SERVICES ( AGREEMENT )

STANDARD TERMS AND CONDITIONS OF SALES AND SERVICES ( AGREEMENT ) STANDARD TERMS AND CONDITIONS OF SALES AND SERVICES ( AGREEMENT ) 1. BASIS OF SALE 1.1 EXION Asia Pte Ltd ( EXION ) shall sell and the Purchaser shall purchase the Goods and/or Services in accordance with

More information

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT GEOTHERMAL DEVELOPMENT COMPANY LIMITED TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT CLOSING DATE AND TIME: 18 th OCTOBER, 2017

More information

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS

More information

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE

TENDER FOR PROCUREMENT OF FRESH MILK FOR THE BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comms@centralbank.go.ke TENDER FOR PROCUREMENT OF FRESH

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

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

RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES)

RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES) RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES) 1. DEFINITIONS In these Conditions: Business Day means a day other than a Saturday, Sunday or public holiday in England when banks in London

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

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

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-06-2018 TENDER FOR SUPPLY OF NUMERICAL PROTECTION RELAYS FOR OLKARIA POWER PLANTS. (OPEN NATIONAL) Kenya Electricity Generating Company Limited Stima

More information

NHLANGANO TOWN COUNCIL

NHLANGANO TOWN COUNCIL NHLANGANO TOWN COUNCIL TENDER NO: 12 of 2018-19 COMPUTERS & COMPUTER SUPPLIES 11 June 2018 Nhlangano Town Council Civic centre Offices King George Street. P. O. Box 888 Nhlangano Swaziland TABLE OF CONTENTS

More information

Haile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT

Haile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 TENDER DOCUMENT TENDER FOR SUPPLY AND DELIVERY OF BOTTLED DRINKING

More information

TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/

TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/ ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/2017-2018 Page 1 of 48 CONTENTS INTRODUCTION.. 3 SECTION I INVITATION TO TENDER.. 3 SECTION II

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD 099-2017 TENDER FOR SUPPLY OF SPARE PARTS FOR NATIONAL TYPE 370 (N370) DRILLING RIG AND AUXILIARY EQUIPMENT FOR GEOTHERMAL DEVELOPMENT DIVISION (Open

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

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN)

DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN) DEDAN KIMATHI UNIVERSITY OF TECHNOLOGY TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF FRESH MEAT AND MEAT PRODUCTS (BEEF, MUTTON, FISH AND CHICKEN) DeKUT/OT/011/2016-2017 MAY 2016 TABLE OF CONTENTS Contents

More information

KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION. HEADQUARTERS Kaptagat Road, Loresho P.O. BOX NAIROBI

KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION. HEADQUARTERS Kaptagat Road, Loresho P.O. BOX NAIROBI KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION HEADQUARTERS Kaptagat Road, Loresho P.O. BOX 57811-00200 NAIROBI Telephone: 4183301-20/0722-206986/88 TENDER NO: KALRO/020/HQTS/2016-2017 FOR SUPPLY,

More information

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/ FOR THE YEAR AT A.M.

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/ FOR THE YEAR AT A.M. KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE - NAIROBI TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/2015 2016 FOR THE YEAR 2015 2016 CLOSING DATE: 28 TH MAY 2015 AT 10.00

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

TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA

TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS

More information

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE KENYA CEREAL ENHANCEMENT PROGRAMME CLIMATE RESILIENT AGRICULTURAL LIVELIHOODS WINDOW (KCEP-CRAL) TENDER FOR SUPPLY, AND

More information

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT JNTUH College of Engineering Hyderabad Kukatpally, Hyderabad. Andhra Pradesh, India. PIN: 500085 TEQIP Cell contact No. 040 23057787 Fax No. 04023057787 BID REFERENCE NO: TEQIP-II/AP/AP2G02/71 NATIONAL

More information

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents. INVITATION TO BID Document-I Name of Works: (i) Comprehensive Abatement and Removal of all hazardous material in one building of Embassy of India located at 1438 U Street NW, Washington DC 20008, and (ii)

More information

GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/040/

GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/040/ GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/040/2017-2018 TENDER FOR THE SUPPLY AND DELIVERY OF ICT ACCESSORIES AND CONSUMABLES (LAPTOP BATTERIES, POWER ADAPTORS AND CABLES AND HP TONER CARTRIDGES)

More information

STANDARD TERMS AND CONDITIONS

STANDARD TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS EDL GROUP OPERATIONS PTY LTD ACN 055 555 416 of Building 17, 2404 Logan Road, Eight Mile Plains, Queensland, Australia ("EDL") EDL requires that the Supplier supply EDL with

More information

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION TENDER NO.SRC /CS/06/ 2017-2018: FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION RESERVED FOR AGPO (YOUTH, WOMEN AND PERSONS WITH DISABILITIES)

More information

INVITATION OF TENDER BIDS WATER TANKS

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

More information

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

Standard Conditions of Sale and Terms of Delivery of

Standard Conditions of Sale and Terms of Delivery of Standard Conditions of Sale and Terms of Delivery of I. General 1. These Standard Conditions of Sale and Terms of Delivery (hereinafter referred to as Terms of Delivery ) apply exclusively to our goods

More information

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT 27, RAJENDRA NATH MUKHERJEE ROAD KOLKATA - 700 001 (WEST BENGAL) PHONE NO. (033) 2248 5841-44; FAX: (033) 2210 3961 E-MAIL: bbjproj@vsnl.net ; info@bbjconst.com TENDER NO. NIT/DGM(P-V)/AN/TRANSPORT/2140/2018

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

DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam

DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam 530035 REF: MAT/ST/RC/FFA/2018-19/5024 DATE: 18.01.2019 NOTICE INVITING

More information

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM) Signed for (all pages) on behalf of SUPPLIER and hereby warrants that (s)he is duly authorised to sign and accept this complete GTCCCSM, consisting of 9 (nine) pages and all it Appendices, on behalf of

More information

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES TENDER

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

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

GENERAL PROVISIONS FOR FIXED-PRICE CONTRACTS (MATERIEL) (14 April 2015)

GENERAL PROVISIONS FOR FIXED-PRICE CONTRACTS (MATERIEL) (14 April 2015) GENERAL PROVISIONS FOR FIXED-PRICE CONTRACTS (MATERIEL) (14 April 2015) Clause l - DEFINITIONS As used throughout this contract, the following terms shall have the meaning set forth below: 1.1 The term

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

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

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

More information

DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam

DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam 530001 REF: MAT/ST/RC/CHEMICALS/18-19/5027 DATE: 26-11-2018 NOTICE INVITING

More information

STANDARD TENDER DOCUMENT

STANDARD TENDER DOCUMENT STANDARD TENDER DOCUMENT SUPPLY AND DELIVERY OF 18.9L CLEAN DRINKING WATER FRAMEWORK AGREEMENT FOR THREE (3) YEARS (RESERVED FOR PERSONS LIVING WITH DISABILITY AND YOUTH) TENDER NO.KRA/HQS/NCB-061/2017-2018

More information

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

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

More information

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT TENDER DOCUMENT FOR SUPPLY, DELIVERY AND FITTING OF TYRES AND TUBES FOR KRA MOTOR VEHICLES - TWO (2) FRAMEWORK AGREEMENT TENDER NO. KRA/HQS/NCB-040/2017-2018 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:

More information