NEPAL ELECTRICITY AUTHORITY Transmission Directorate Tamakoshi-Kathmandu 220/400 kv Transmission Line Project

Size: px
Start display at page:

Download "NEPAL ELECTRICITY AUTHORITY Transmission Directorate Tamakoshi-Kathmandu 220/400 kv Transmission Line Project"

Transcription

1 NEPAL ELECTRICITY AUTHORITY Transmission Directorate Tamakoshi-Kathmandu 220/400 kv Transmission Line Project IFB No. : ICB-TD-TKTLP-072/73-01: Design, Supply, Install and Commission of New Khimti-Barhabise 220/400 kv Transmission Line Response to the Pre-Bid Queries S.No Clause of Reference for the required clarification Volume I, Section 7, GCC 14 and Section 8, SCC 14 Volume I, Section 1, ITB 21.3 Volume I, Section 1, ITB 21.3, Section 2, ITB 20.1 Volume I, Section 1, ITB 39 3 Clause (a) Bidder's Request We kindly request you to confirm us the applicable rate of income tax in Nepal, applicable VAT rate on installation service. We understand that for imported plants and equipment, the Custom Duty, VAT and other taxes applicable in Nepal are exempted or will be reimbursed. Please confirm. We understand that VAT and other local taxes applicable in Nepal on installation services are exempted or will be reimbursed for this project. Please confirm. The bid security shall be a demand guarantee, at the Bidder s option from a reputable source from an eligible country. There is no clause in BDS which supersedes this & we understand that Bank Guarantee from scheduled bank in India is acceptable & Counter Bank Guarantee from any Nepalese Bank or any other bank/financial intuition is not necessary. Please Confirm. Concerning bid security,china bank needs some information from us, please confirm the following issues : Concerning bid security,is RMB(China money) good for NEA?we are not sure if RMB is freely convertible currency or not? The bid validity is 150 days,so how long for validity period of bid security? The form of bid security is as Vol I of III,section 4, bidding forms 4-13 shows?or bank can apply bank's bid security form? The beneficiary is NEPAL ELECTRICITY AUTHORITY or NEA TRANSMISSION DIRECTORATE? or else? We understand that price bid will be evaluated excluding taxes and duties for the quoted prices in the price schedules. Please confirm our understanding. Kindly confirm if the nature of contract will be Composite or Divisible (separate contract for Supply portion & Services portion). Vol. III, Schedule-A-3, Design Services is mentioned as Not Applicable. If design of towers and foundations are in scope of bidder, then why it is mentioned in schedule A-3 as not applicable? Kindly clarify. NEA Response 1% custom duty on imported equipment, plant, materials and supplies (Schedule 1 of Vol III) shall be paid by the contractor at the time of import and will be reimbursed by the employer. VAT on Installation and Construction Charges (Schedule 4(a) of Vol III) shall be paid by the employer. Yes, Counter bank guarantee from Nepalese bank is not required for Bid security. Bid security shall be in US$ or an equivalent amount in freely convertible currency. Bidder is requested to confirm whether the currency of the bid security other than US$ is freely convertible or not. Bid validity period shall be 150 days (Refer BDS Clause ITB 20.1). The validity of bid security shall be 28 days beyond the bid validity (Refer to ITB Clause 21.3).Beneficiary is: Tamakoshi- Kathmandu 220/400 kv Transmission Line Project, Nepal Electricity Authority, Kharipati, Bhaktapur, Nepal Yes, your understanding is correct. Contract nature is Composite. Design cost for the plant and equipment including mandatory spares to be supplied from abroad and from within Nepal is included in Item No. 1 of Schedule 1 and 2, Vol. III. Being a small length of project and to get good no. of participation, we propose following change to this clause: Participation as contractor, management contractor or subcontractor in at least 1 This shall be as per the provision of (One) contracts within the last 7 (Seven) years, each with a value of at least US$ 23.2 bidding document. million or its equivalent that have been successfully or are substantially completed and that are similar to the proposed contract. 8 Clause 2.7, Item 2(iv) Must submit the type test report carried out by reputed independent accredited testing laboratory for the size offered. We understand that, type test report of higher size conductor is also acceptable & no type test need to be conducted, if all tests as per technical specification is already conducted in reputed laboratory within last 5 years. Please Confirm. Type test report for ACSR conductor of size offered is required as per the clause 2.7, Item 2, Section 3 of Vol I Clause 2.7, Item 4(ii) Clause 2.7, Item 4(iv) Must have manufactured, tested and supplied at least 100 km of 24 pair fibre optical ground wire within last 5 years.we understand that 24 pair Fibre is equivalent to 48 Fibre cable. Please confirm if our understanding is correct. Must submit the type test report carried out by reputed independent accredited testing laboratory for the size offered. We understand that type test report from reputed independent accredited laboratory of higher size of OPGW cable is also acceptable. Please confirm if understanding is correct. The clause may be read as - "Must have manufactured 24 fibre optical ground wire." Only the type test report for the size offered (24 fibre optical groundwire) is acceptable as per the provision of clause 2.7, Item 4, Section 3 of Vol I.

2 Clause 2.7, Item 5(iv) Clause 2.7 and Volume II, Section 1, Clause 2.0 Clause 2.7 and Volume II, Section 1, Clause 2.0 Clause Clause 2.7, Item 1(v) Must submit the type test report carried out by reputed independent accredited testing laboratory for the size offered. We understand that type test report from reputed independent accredited laboratory on higher size is also acceptable. Please confirm if understanding is correct. Only the type test report for the size offered of line hardware is acceptable as per the provision of clause 2.7, Item 5, Section 3 of Vol I. As per Volume I- Section 3- Evaluation & Qualification Criteria, clause 2.7, page 3-10 Subcontractors, Bidder shall provide the manufacturer s authorization, using the form provided in Section 4 (Bidding Forms), showing that the Bidder has been duly authorized by the manufacturer or producer of the related plant and equipment or Manufacturer's authorization shall be as component to supply and install that item in the Employer s country. per section 4 (Bidding Forms) of Volume However, as per Volume II- Section 1, Part A, Clause 2.0, page 1-11, Qualification I. Annexure-A and Annexure-B of Vol-II, requirement of Contractor s supplied line material, Bidder shall submit an undertaking Section 1, Part A are not applicable. (as per format enclosed at Annexure A) from the manufactures of various item & Annexure C is applicable if the bidder format as per Annexure C- for pile foundation contractor. proposes to subcontract for pile We understand the Manufactures Authorization Letter from Proposed Manufacturer & foundation. pile foundation contractor will fulfill the Bid Requirement & additional undertakings from Manufacturer or subcontractors will not be required. Please confirm our understanding is correct. In Volume I section 3 clause 2.7 Subcontractor experience does not have similarity with the Volume II section 1 clause 2.0, which are as follows : Conductor: 10 Years experince plus 5 years exepriece of supply of ACSR Moose Cond. As per Vol I, Sec. 3, Cl. 2.7 wheras Only 5 years exepriece of supply of ACSR Moose Cond is indicated in Vol. II, Sec. 1, Cl. 2.0 OPGW: Experience of 5 years of supply of 24 pair fibre OPGW as per Vol I, Sec. 3, Cl. 2.7 whereas Experience of 5 years is Indicated in Vol. II, Sec. 1, Cl. 2.0 Please clarify which clause to refer for sub-suppliers experinece. In the comparison of Bids, only the CIP prices component of each Bid for the Plant and Equipment offered from outside the Employer s country shall be increased by fifteen percent (15%).Criteria to decide whether the product is domestically produced, is not specified in the Bid Document, Please provide same. Must submit the type test report carried out by reputed independent accredited testing laboratory for 400 kv or above voltage class steel lattice towers. We understand that all offered towers are to be designed & type tested with 9M of Body Extension, so type test reports for towers should not be required at bidding stage. Please Confirm. Provision stated in Vol I, Section 3, Clause 2.7 supersede those mentioned in Volume II. The Clause 2.0 (a) and 2.0 (c) of Vol-II, Section I stands deleted. Please refer Addendum-1, S. No.1. Goods manufactured in Nepal as per the prevailing rules and regulations of Nepal will be considered as domestically produced. Type test report for 400 kv or above voltage class steel lattice towers carried out previously during execution of other contracts will have to be submitted at the bidding stage of this project. 16 Volume I, Section 7, As per referred clause, the advance bid security and performance bid security at contract Clause 13.2 & Section stage issued from India is acceptable to NEA or not. Please Confirm. 8 Clause Please refer to SCC Clause Volume I, Section 7, GCC As per referred clause, we understand that quantity of individual item can vary upto any extent subject to maximum of 15% of the contract price. Please confirm. Yes, your understanding is correct. 18 Volume I, Section 8, Clause 14.0 We have noted the clause of Vol I section 8 clause 14.0 of taxes and duties. However we could not infer who will bear the taxes and duties. Please clarify who will bear taxes and duties. Please refer to our response on S. No Soft Copy of Price Schedule is not available. Please provide the soft copies of the same. Also Blank Guaranteed Technical Particulars (GTP) format is not available. Kindly furnish. Soft copy of Price Schedule shall be provided upon the request by the bidder. Bidders are requested to develop their own format of Guaranteed Technical Particulars and submit with the bid. 20 Volume I, Section 9, Price Escalation Kindly refer to the Volume 1 of Tender, Section 9 & Page No. 9 Price Escalation It is mentioned that The date of adjustment shall be the mid-point of the period of manufacture for each lot of supply. Please clarify how mid-point of manufacturing period for each lot of supply shall be derived. Mid-point for each lot of supply shall be finalized during contract agreement.

3 21 Volume I, Section 9, Appendix 1 Kindly refer to the Volume 1 of Tender, Appendix 1 Payment terms & procedure - 1. It is to submit that payment term for Plant & Equipment supplied should be similar to installation & Other services as below:- a. Ten percent (10%) of the total CIP/EXW (as applicable) amount as an advance payment against receipt of invoice and an irrevocable advance payment security for the equivalent amount made out in favor of the employer. The advance payment security may be reduced in proportion to the value of the plant and equipment shipped FOB or delivered to the site, as evidenced by shipping and delivery documents. b. Eighty percent (80%) of the total or pro rata CIP/EXW (as applicable) amount upon This shall be as per the provision of Incoterm CIP/EXW (as applicable) within forty-five (45) days after receipt of invoice and bidding document. shipping documents. In the event that shipping is delayed upon the written instruction of the Employer for more than twenty-eight (28) days beyond the date shown in the Program of Performance provided in accordance with GCC Sub-Clause 18.2, the Contractor may make application for this part of the payment against warehouse receipts, provided always that the plant and equipment are ready for shipment on the date shown in the said Program. c. Five percent (5%) of the total or pro rata CIP/EXW (as applicable) or amount upon issue of the Completion Certificate, within forty-five (45) days after receipt of invoice. d. Five percent (5%) of the total or pro rata CIP/EXW (as applicable) or amount upon issue of the Operational Acceptance Certificate, within forty-five (45) days after receipt of invoice. Please amend payment terms accordingly. 22 Volume I, Section 8, Clause Any plant, materials or supplies imported by the Contractor for the performance of the Works but not incorporated in the Works shall be taken out of Nepal within 90 (Ninety) days from the date of issuance of the Performance Certificate. If the Contractor disposes off or Your understanding is correct. Further, consumes any equipment, spare parts, materials or supplies within Nepal, it shall pay all please note that the tools imported for this customs duties, VAT, income tax on the sales proceeds and taxes applicable on such items project can not be transferred to any other under the laws and regulation of Nepal in force. project of Nepal Electricity Authority We understand that all non consumable tools & plant used in installation of facility which without attracting the implied tax. are not incorporated in works shall be taken out of Nepal within 90 days to avoid any implied tax. Also please confirm if these tools can be transferred to other similar project of Nepal electricity Authority without attracting any implied tax. 23 Volume I, Section 8, Clause Notwithstanding the provisions of this document, the Contractor's Plant and Equipment, including essential tools thereof, imported for the sole purpose of executing the Contract on condition of re-export upon completion of the Works, shall be exempt from payment of customs duties, VAT and applicable taxes. However, the Contractor shall deposit the amount or provide a Bank Guarantee to the GoN Customs office equal to amount of customs duties and other taxes as per the prevailing laws, rules and regulations of Nepal for those imported equipment, plant, materials and supplies at the time of import. Such deposited amounts shall be refunded, or the Bank guarantee cancelled by the Customs Office after Re-export of those imported equipment, plant, materials and supplies. AND Equipment, plant, materials and supplies, imported by the Contractor for execution of the Works, shall be subject to payment of customs duty at a special rate of one percent (1%) of CIP or Customs entry point value. This customs duty shall be paid by the Contractor at the time of import and will be reimbursed by the Employer to the Contractor upon submission of the original receipt issued by the Customs Department. We understand from clause a & c of aforementioned section that, all Equipment supplies, material & plant are subject to custom duty at rate of 1% of CIP which shall be reimbursed by employer on submission of receipts. However contractor s equipment are exempted from customs, VAT and other applicable taxes on submission of Bank Guarantee equivalent to implied custom duty. Please confirm if our understanding is correct. Yes, your understanding is correct. 24 Section 1, Clause and Clause 1.2 In Volume II- Section 1, Part A, General Information and Scope, as per clause 1.1.2, page 1-1, Detailed Survey, Route Alignment, and Profiling is in the scope of contractor, but as per clause 1.2 page 1-4, detailed survey including route alignment and profiling have been carried out by the Employer. Please clarify the exact scope of work regarding route alignment and profiling. Employer has given ground profile and angle point details along with the bidding documents. The work has to be carried out as per the TS. 100% check survey is required. However, detail survey shall be conducted wherever required as per directions of Employer.

4 25 Section 3, Clause The Employer should make compensation for the loss of standing crops due to Foundation works as well as due to stringing of conductors. The Employer shall make compensation for the loss of standing crops due to stringing of conductor and foundation works as per the prevailing norms and practices Kindly refer to the Volume 2 of Tender, IS Steel Sections of tested quality of conformity with IS:2062:2011 grade E250 and/ or grade E350 are to be used in towers, extensions, stubs and stub setting templates. For Snow Zone towers MS & HT Steel Sections shall conform to E250 Grade C & E350 Grade C. Please Confirm Yes. The work has to be executed as per TS Secction 1, Clause Section and Volume III, Schedule 1& Table According to Section-1-General information & scope (Page 1-8) Light Polluted IEC 71 2, the minimum nominal specific creepage distance is 16 mm/kv, the calculated value of disc insulators shown in the table 1: Please confirm the details for disc insulators. Kindly refer to the Volume 2 of Tender, 1.5.1, Loads at Conductor and Earthwire Points. a) Load trees for DBH & DDH/DDHE, Snow Region Towers are not furnished. Please furnish same b) For TT- DD, Loads shown on attachment DD2, DD4 & DD6 are not Printed Properly. Please Furnish Clear Copy. In Clause on page 4-5 of section 4, Volume II, Swing Angle for Jumper furnished as 10 and 20, but, as per standard industrial practices Jumper Swing shall be 20 and 40. Please review the values and confirm that towers to be designed considering Jumper Swing angle as 20 and 40. The work has to be executed as per TS. Revised details for Insulators is enclosed in Attachment-II. Please refer the Addendum-1, S. No.2. Load trees for all the six towers DA, DB, DC, DD, DBH and DDH are enclosed at Attachment-I. Please refer the Addendum-1, S. No.3. In the Clause on page 4-5 of section 4, Volume II, Jumper clearances are revised as following: NIL mm, 25 degrees mm and 40 degrees mm. Kindly provide factor of safety. Also let us know if any special consideration required The towers are to be designed as per the while designing these towers. Please mention the factor of safety for all types of tower IS or equivalent international design. standards. The Bidder shall offer open type of foundation (i.e. slab and chimney) with maximum depth of foundation as 3.0 meters for above classification of foundations depending on economy and feasibility of construction at site. Whereas, Vol. II, Sec-4. Cl states The total depth of open type foundations below the ground level shall not be less than 1.5 meters and more than 3.5 meters. Kindly provide the exact maximum depth for foundations. Clause Vol. II, Sec-4. stands revised as "The total depth of open type foundations below the ground level shall not be less than 1.5 meters and more than 3.0 meters." Reference drawing for leg extension arrangement is enclosed in the Bid Document. a) In the price schedule Vol III, quantities of leg extensions from -4.5 to +9m are furnished. Leg Extension schematic drawing is Kindly furnish us reference Drawings of leg extension arrangement which are not furnished. included in the revised Section-11 at Please provide same Attachment-III. +4.5m, +6m, +7.5m and b) With reference to price schedule Vol III, It seems all leg extensions are connected to Basic +9m leg extensions are connected below body. In view of this height of 6m & 9m LE will be very long. Kindly review arrangement of normal tower. Please refer the Addendum-1, leg extensions and provide 6m & 9m leg extension below standard tower. Accordingly revise S. No.4. the price schedule quantities. Towers shall be designed for providing unequal leg extensions with maximum difference between the shortest and longest leg of 6m for DB,DC,DD, DBH, DDH towers. a) Maximum leg difference for DA tower design is not furnished. Please Provide Same. b) Is unequal cross arms is acceptable for DB,DC & DBH towers. Please Confirm. It is mentioned that (*) values are for towers in Hilly Region. However no values are indicated with (*) marking. Destruction tests are performed only on suspension towers. For tension towers, destruction tests are avoided being heavy towers and maximum loading up to 105% to 110% is applied on such towers. We request you to allow destruction test only on suspension towers and not on tension towers. Resistance against side thrust, Please confirm if CBIP methodology to design chimney reinforcement is acceptable. Clause Section 4 may be read as "The towers shall be...maximum difference between the shortest and longest leg of 6m for DB,DC,DD, DBH, DDH towers and 3m for DA type tower." Electrical clearance requirement has to be met. unequal cross arms are acceptable. Following phrase may be deleted from Table "* values are for towers in Hilly Region" The work has to be executed as per TS and relevant Indian/International standards The work has to be executed as per TS and relevant Indian/International standards As per Volume II - Section 4- Clause 1.8.6, page 4-15 Aviation Requirement, Night As per Volume II - Section 4- Clause 1.8.6, Markers, Medium Intensity & Low Intensity Obstruction light need to be used on each tower. page 4-15 "Aviation Requirement viz Span Please clarify, whether we need to supply aviation material for this project or not. If, we have marker...shall be in the scope of contractor, to supply the same kindly furnish exact quantity of Aviation Warring Sphere, Obstruction wherever indicated in BPS." Light (Medium or Low) require for this project.

5 Volume-II, Section 4, Clause 1.5.2, Page No. 4-7: - The wind load on tower body shall be calculated by the contractor as per clause of IS 802(Part-I) We understand that Load tree furnished in tender document are as per IS 802(Part-I) and as per the provision stated in the technical specification, whereas New IS 802 (Part-1 / Sec 1) : 2015 have been published, If new IS 802 (Part-1 / Sec 1) : 2015 to be adopted we need the revised load tree as per new IS Code. Please furnish IS is to be followed Section 4, Clause and Clause As per Clause Wind Loads on Tower Body on page 4-7 of Section 4 - Tower, Foundation, Erection, Stringing and Commissioning of Line in Volume II, Please Please refer S. no. 28 above furnish Wind pressure on tower to be considered under various loading conditions for Snow Zone Towers DBH & DDH. As per Clause on page 4-41 of Section 4 - Tower, Foundation, Erection, Stringing and Commissioning of Line in Volume - II, The total depth of open type foundations below the ground level shall not be less than 1.5 meters and more than 3.5 meters. Whereas, As per Clause 2.4 on page 4-37 of Section 4 - Tower, Foundation, Please refer S. no. 31 above. Erection, Stringing and Commissioning of Line in Volume - II, The Bidder shall offer open type of foundation (i.e. slab and chimney) with maximum depth of foundation as 3.0 meters. Please confirm Bidder has to design open type of foundation (i.e. slab and chimney) with maximum depth of foundation as 3.0 meters. Bidder has to submit only following design data along with the Bid Detailed design calculations and drawings for DD type tower only. The clause may be read as "Detailed Kindly confirm that Detailed design calculations and drawings for DD type tower design calculation and single line only are to be submitted along with the Bid. drawing for DD type tower only" Please clarify if any additional design details are to be submitted at Bidding stage. Volume-II, Section-4, Cl , Pg Anti Climbing Device- Barbed wire type anti climbing device, as per enclosed drawing shall be provided and installed by the Contractor for all towers. Kindly furnish the drawing of Barbed wire type anti climbing device. Typical drawing for Barbed wire type Anti Climbing Device is included in the revised Section-11 at Attachment-III. Please refer the Addendum-1, S. No Volume-II, Section-4, cl , Sl.no. 3. Pg :3:6 nominal mix concrete Cu.m. 400Kg (quantity of minimum cement).we understand that 1:3:6 nominal mix concrete Cu.m. 223Kg (quantity of minimum cement) (approx.), kindly confirm. Item at S.no. 3 Clause of Volume-II, Section-4 on Pg may be revised as -" 1:3:6 nominal mix concrete Cu.m. 220 kg" (quantity of minimum cement to be used per unit quantity of work) and Volume III, Schedule and Volume III, Schedule 4 Kindly provide the Grade of steel to be used for foundation. Grade of reinforcement steel for foundation work shall be Fe The Double Circuit towers shall be designed so as to be be suitable for adding- 3m, -1.5m, 3m, 4.5m, 6m, 7.5m and 9m body extensions/leg extensions for Combination of 4 similar leg extensions maintaining adequate ground clearances without reducing the factor of safety shall constitute one body extension. Bidders available for the members of tested extensions in and manner. However, in Vol III of to quote prices for quantities mentioned in III / schedule No.1,there is no body extension for all the tower type.please confirm the BPS. which one is right. As per Last sentence of Clause on page 4-3 of Section 4 - Tower, Foundation, Erection, Stringing and Commissioning of Line in Volume II, Reference drawing for leg extension arrangement is enclosed in the Bid Document Reference drawing not found in Specification. Generally, -4.5 m to +3.0 m Leg Extensions are provided below ±0 m Body Extension. Please confirm. Work to be carried out as per BPS. Please Also, please refer Sl. No. 4 of Schedule 4: Installation services (a) Installation and refer S. no. 32 above. Construction charges on page 1 of 9 of Price schedule (Volume III of III), in which the combination of Leg Extensions for Foundation designs to be -4.5 m to +3.0 m & +3.0 m to +9.0 m instead of -4.5 m to ±0.0 m & ±0.0 m to +9.0 m. Please confirm and revise price schedule accordingly Whether China is allowed to be the country of origin for the material of the Please refer to ITB Clause 5 transmission line? Dynamic reference wind pressure shall be considered as 89.6 kg/m2. But in section 1-general Both the values are consistent as per IS 802- information&scope. 3.0 Service Conditions- Maximum wind velocity(m/sec.) : 47m/s. Please Work to be carried out as per TS. confirm which one we should follow We understand that OPGW consumption in hilly (mountainous) stretches will be considered as per inclined distance between towers in line with the provision for conductor and earthwire as per referred clause and accordingly payment will be made. Please confirm. In clause 3.13, Section 4 "earthwire" may be read as "earthwire/opgw"

6 Volume II (B), Section 11 Volume II (B), Section 11 Volume II (B), Section 11 Volume II (B), Section 11 Volume-II, Section 3 load trees for tower design : We observe load trees for tower design for Snow Zone Towers (i.e. DBH, DDH) are not furnished in a bidding document, kindly furnish the same. Also furnish the drawing no. DD 2 Please refer S. no. 28 above Model (1), DD 4 Model (1) & DD 6 Model (1) as these drawings are not indicating the proper load, and load conditions. Volume-II, Drawings furnished in Annexure 1- Hardware fittings drgs & in Section-11 Drawings for hardware fittings are not identical with respect to total length (i.e. Min & Max length), kindly confirm the same. In Section - XI DRAWINGS (FOR 400 KV LINES), Hardware Insulator String Drawings are furnished. Also, different Hardware Insulator String drawings with Higher Length furnished in Annexure 1- Hardware fittings drawings Maximum and Minimum Lengths of strings in both drawings are different. Please confirm that drawings furnished in Annexure 1- Hardware fittings drawings are final to be adopted for tower design. Please provide drawings of Insulator string drawings with individual dimensions of hardware in length of string. This will be required to calculate length from nearest live part in insulator string drawing. The distance between Arcing horn and Corona control Ring (Air gap clearance) in hardware insulator string drawings specified as 3050 mm. since, live metal clearance is 3620 mm, please review and revise suitably. Drawings furnished in Annexure 1 are withdrawn. Revised hardware fitting and string drawings are included in the revised Section-11 at Attachment - III. Please refer the Addendum-1, S. No.6. please refer S. no. 51 above. please refer S. no. 51 above. 54 Volume II, Section 1, Clause 2.0 (a) The qualified manufacturer should have manufactured, tested and supplied at least two thousand two hundred (2200) km of 61 or above strands ACSR conductor during last five (5) years as on originally scheduled date of bid opening. We understand that only Supply record of ACSR Moose or higher size conductor of 2200 Kms or more is sufficient as documentary evidence for manufacturing also. However separate test report is required to be submitted for ACSR or higher size conductor. Please confirm if our understating is correct. Manufacturer must have manufactured,tested and supplied at least 2200 km of ACSR Moose conductor over last five (5) years. Please refer S. No. 8 for type test of conductor. 55 Volume II, Section 3, Clause 1.8 The tree cutting shall be the responsibility of the Employer except for that required during survey. However, the Contractor shall count, mark and put proper numbers with suitable quality of paint at his own cost on all the trees that are to be cut by the Employer at the time of actual execution of the work as detailed below. Contractor may please note that Employer shall not pay any compensation for any loss or damage to the properties or for tree cutting due to Contractor s work. We understand from above that tree cutting required for access road, foundation, erection & stringing &including their removal from site is in scope of Employer. However Contractor shall be responsible for if any tree cutting required for setup it s facility / Store. Yes, the tree cutting required for tower foundation and stringing of conductor shall be the responsibility of the Employer including their removal from site as a consequence of executing above works As per this clause, bidder need to quote his rate for foundation considering supply of Reinforcement steel also. In that case, please let us know where the quantity of reinforcement steel shown under Vol. III, Schedule 4 (a), Item 7.2 shall be used. Please clarify As per this clause, bidder need to quote his rate for foundation considering transportation and installation of stubs also. In that case, please let us know where the quantity of transportation and installation of 392 MT stubs shown under Vol. III, Schedule 4 (a), Item 7.3 shall be used. Pl. clarify Items 7.1, 7.2 and 7.3 in Vol-III, Schedule 4(a) stands deleted from BPS. Please refer S. no. 56 above 58 Vol. II, Section 1, Clause As per Vol. II, Sec-1, Cl (iii), Scope of works states Design, Proto type testing, fabrication and supply of all type of 400kV double circuit (quad) transmission line towers including bolts, nuts and washers, step bolts, hangers, D shackles etc.;. We assume that the towers need to be designed for double circuit strung condition and all conductors and earthwire of both circuit would be placed on both side of tower. Kindly confirm whether our assumption is correct or not. Double circuit towers shall be designed as per provisions of IS As per clause of Volume II, 59 Volume II, Section 4, Clause A Galvanized tower of each type complete with 9 M extension shall be subjected to design and destruction tests by first applying test loads applied in a manner approved by the Employer. Please confirm if tested tower need to be supplied at Employer s storage facility. Section 4, ".The price for the tower tests will be quoted after allowing rebate for the scrap value of the tower material which will be retained by the contractor." 60 Volume II, Section 7, Clause & Type test to be conducted on unit disc Insulator & Complete Disc Insulator String with Hardware fittings has discrepancy with the tests to be conducted as per Annexure B. Please confirm which one shall prevail. Type testing on Insulators has to be conducted as per Volume II, Section 7, Clause & Volume II, Section 8, Clause 2.7.3, SI 1 Configuration Double Circuit: For ACSR BERSIMIS conductor bundle per phase in Delta Configuration. Refer to clause 3.2 section I for mechanical properties of conductor.we understand ACSR BERMISIS should be replaced by ACSR MOOSE, Please confirm. The clause may be read as " For ACSR MOOSE conductor bundle per phase "

7 62 Volume II, Section 11, Annexure 1 Strings Drawings - String lengths as per Annexure-1 are more than section -11. Which lengths to follow in order to finalize geometry of towers. Please Confirm Please refer S. no. 51 above 63 Volume II, Section 10 Coordinates of AP-42 provided along with detail survey report seems incorrect. Please provide correct coordinates of same. The coordiantes of AP-42 has been corrected and is enclosed at Attachement IV. Please refer the Addendum-1, S. No & 2, Item 4.4 and Section 1, Clause and Volume II (A), Section 7A, Clause The insulator quantity in the referred clauses are different. We kindly request you to please review and confirm us the insulator quantity per string, We also request you to please ammend the insulator quantity suitably in the respective price schedules, if required. Insulator quantity to be supplied as per BPS. Revised table under Section 1, Clause and Section 7A, Clause is enclosed at Attachement II Volume-III, Price Schedule, Sch-1, item No. 3(vi)-Bird Guard. The specification does not have specification for bird guard, please provide. The schematic drawing for Bird Guard is included in the revised Section-11 at Attachment-III. In the price schedule no.3, "Not Applicable" is mentiooned, however, there is design scope included in the tender. We kindly request you to amend the price schedule suitably or please confirm in which schedule design charges required to quote. We also request you to please confirm whether any tax is applicable on design charges Please refer S. No. 6 and 1. or not? If applicable, kindly request you to please confirm the applicable tax along with tax rate and in which column such tax is required to quote (b) & 4(c ) 4(b) 4(d) In the price schedule no. 4, the separate column for tax is not provided. We kindly request you to amend the price schedule suitably. We kindly request you to please confirm us, whether VAT is exempted or will be reimbursed on installation services or not? Please confirm It shall be as per the Schedule no. 4, Volume III. Please refer to S. No. 1 for our response on tax and VAT. Training to Owners personnel on Design, testing and Maintenance aspect as per Section Project, Technical Specification at manufacturer s works. Please clarify following points in relation to above schedules 1. Please let us know, for which items design, testing and maintenance training is required at Schedule 4(b), 4(c ) and 4(d) is not manufacturer s works by employer for it s representatives. applicable for this work. The quantity 2. Please clarify, how many employer s representative need to be trained. mentioned in the BPS is NIL. 3. Please clarify, for how many days training is required. 4. Please let us know daily allowance / representative / day if any, Also who shall arrange & bear cost of boarding & lodging. Please confirm applicable taxes, if not exempted or will not be reimbursed. As per Price schedule no. 4 (b) Training Charges for training to be imparted abroad, In this connection we presume the expenses towards to & fro airfare, transport, lodging boarding will be borne by Successful bidder. Please confirm along with please indicate number of personnel involved in the training. As per Price schedule no. 4 (d) Maintenance Charges to be quoted by bidders In this connection please furnish full scope of the work and period for the same. please refer Sl no. 68 above. please refer Sl no. 68 above. 71 1, Item (ii) Installation hardware set for above 24 Fibre OPGW Fibre Optic cabling including all cable fittings & accessories as per below: - 5 Sets Please clarify, how many OPGW Tension assembly (for splicing), OPGW Pass through (for non splicing) assembly or OPGW suspension assembly employer need. Please bifurcate 5 sets in aforementioned fittings. The bifurcation of hardware fittings shall be done during detailed engineering on pro-rata basis (a), Item 7.1 As per item description of item 7.1, the concrete quantities are quantities for item no. 4.2 which is pertaining to foundations for Tension tower DB. If concrete quantities of DB towers are already covered under item 4.2, please let us know where this concrete covered under item 7.1 shall be used. Kindly clarify. Please refer S. no. 56 above 73 1 & 2, Item 4.5 (viii) & (ix) The quantities for Earth wire Suspension Clamp & Earth wire Tension Clamp seems double of the line requirement considering 2 peaks of tower. However, as per bidding documents, Earth wire is proposed on one peak and OPGW is proposed on another peak. Kindly check and correct quantities for suspension and tension clamps. Quantity mentioned against Item 4.5 (viii) & (ix) of Schedule 1 & 2 of Vol-III is revised as following: 4.5(viii)-12 Nos. and 4.5(ix)- 200 Nos (a), Item 10 and Section 1, Clause 2.2 Item description mentions stringing with Twin bundle Conductor whereas as per Vol. II, Sec-1, CL. 2.2 A, Details of Line Materials, Conductor per phase is stated as 4 (i.e. Quad). Kindly correct the item description in the price schedule. 4 (a), Item 10 may be read as "Installation of insulator..opgw accessories (QUAD bundle conductor).." 75 4 (d) Kindly clarify the exact nature & scope of maintenance. (Maintenance of which items and for what period.) Please refer S. no.68 above

8 76 Volume II and III Kindly refer to the Volume 2 & 3 of Tender After reading the Volume 2 & referring volume 3 of Bid document, we understand that, it is mandatory to conduct type tests for Tower, Conductor & Earthwire, however in case of Hardware fittings of Conductor, OPGW, OPGW fittings & Insulators, it is not mandatory to conduct type test on availability of type test reports not prior to 5 (five) years from the date of Bid opening, please confirm if our understanding is correct. Type testing as per BPS required for Tower, Conductor and Earthwire. For other line materials type testing reuirement shall be governed as per the provisions of TS. 77 After checking with our credit insurance company in China, here we need the detailed clarification from the loaner ( ADB side ) in written form on the matter of governmental risk according to present situation on the border blockade between India and Nepal. It really made adverse effect on all projects which will be carried out in your country, and the final solution of the loaner is very important for our side to analysis the feasibility of the project. Please refer GCC Clause 37 'Force Majeure' in case of any event beyond the control of Employer or Contractor As EPC contractor in China, we want to take Chinese standard which could meet bidding requirement in design, equipment and construction, but we find Chinese standard is not included in the clause The standards are available from of Section 2 general technical condition in Volume 2, please tell us whether we could take Chinese standard or not. The transmission line route provided in the document has too many corners and is far away from the main roads, can we optimize the route after detailed survey on condition that the line length remains the same. List of standards to be used for the project is given in Clause of section 2, Vol II. Other internationally accepted standards which ensure equal or better performance than those specified shall also be accepted, subject to prior approval by the Employer General route alignment is fixed. Minor deviations to achieve optimisation is permissible. 80 Can we do some optimization design to the hardware fitting drawings provided in the biding document? Because the tower material in the bid is different from china,we want to confirm the domestic manufactures have to produce the tower material according to the requirements of the bid. If not, please confirm that domestic tower material can be used in the project. Please refer S. no. 78 above. 81 The implementation of the forest, mineral, housing demolition compensation policy, is the contractor or the government responsible for the forest, mineral, housing demolition compensation? Is the compensation cost included in the project cost or not? 82 Is the tax and loan interest included in the project cost or not? How much is the Chinese purchasing material s import duties in Nepal, and import charges 83 in Nepal. 84 There is 5km snow area in the line route, can you provide the detailed Hydrology -weather condition and some more information about it? Compensation cost is not included in the project cost. Please refer SCC 14 Taxes and Duties, Section 8, Vol I. Please refer S. no. 1 Data required for design of towers and line materials is provided. Bidders are advised to acquaint themselves with the terrain and geotechnical conditions. Trees along the ROW will be cleared as the provision of bid document according to prevailing laws of Nepal. Can you provide the principle to deal with the trees in the Right Of Way, clearing up or 85 adopting high towers to cross over? 86 Nearby transmission line design documents Can not be provided at this stage. 87 Detailed Hydrology -weather condition documents along the construction areas Please refer S. no. 84 above 88 Please also kindly provide us some photos about existing transmission line, such as insulator, iron tower, foundations and so on.our designer can learn some Nepal transmission line design preference Please refer S. no. 84 above Vol-III, Schedule-1 & 2, Item 1.1 Vol-III, Schedule-4, Item 6 iii) this bid contains only 44km long transmission line with 400kV,as we can see from the cover page TAMAKOSHI KATHMANDU 220/400 KV TRANSMISSION LINE PROJECT BIDDING DOCUMENT FOR Procurement of Plant for New Khimti- Barhabise 220/400 kv Transmission Line (Design, Supply and Install), that is to say, this New Khimti- Barhabise 220/400 kv Transmission Line is only a part of TAMAKOSHI KATHMANDU 220/400 KV TRANSMISSION LINE PROJECT. Could you please provide general information of the whole project. For items under 1.1, the basic towers and leg extensions quantities are given. We understand that bidders are required to quote prices for basic tower with given description of "basic tower" in the schedule and for all the leg extensions, bidders are required to quote the price of those leg extensions only, i.e. excluding price of basic tower. Kindly confirm. The unit for River crossing tower earthing under item no. 6 iii) is given in MT. However, the drawing and specification for the same is not provided in the technical specification, Volume- II of the bidding documents. Yes, New Khimti- Barhabise 220/400 kv Transmission Line is only a part of TAMAKOSHI KATHMANDU 220/400 KV TRANSMISSION LINE PROJECT. It shall also execute transmission line from Barhabise to Kathmandu and substations at New Khimti, Barhabise and Kathmandu. Yes. Price to be quoted against basic tower and leg extensions should correspond to that structure respectively. There is no item no. 6 iii) in Schedule-4 of Volume-III. River crossing tower earthing not envisaged under the project. 92 Vol-II, Section 4, Clause 3.13 We understand that during freezing of Bill of Quantity for supply of Plant / materials after detailed survey / profiling / Tower Spotting, following factors will also be considered for: a) OPGW supply : Quantity will be worked out (acceptable to NEA) as per drum schedule considering necessary extra provision for Sag, extra length for jointing / Termination at Joint box etc as per actual requirements and accordingly payment will be made. kindly confirm. Measurement of OPGW quantity shall be governed by Section 4, clause Bidders are required to quote prices accordingly.

9 Vol-II, Section 4, Clause 3.13 Vol-II, Section 4, Clause 3.13 Vol-II, Section 4, Table 2.3 Vol-II, Section-4, clause Vol-II, Section-4, clause Vol-I, ITB 19.1 Bid Currencies b) Conductor Supply: Quantity will be worked out (acceptable to NEA) by considering necessary extra provision for Sag, Jumpering etc as per actual requirements and accordingly payment will be made. kindly confirm. c) Earthwire Supply: Quantity will be worked out (acceptable to NEA) by considering necessary extra provision for Sag, Jumpering etc as per actual requirements and accordingly payment will be made. kindly confirm. Tower, Foundation, Erection, Stringing and Commissioning of Line does not indicate properties of Sandy soil. Please furnish the properties of sandy soil for foundation design. Quantity of Conductor = Final Line Length as per Detailed/Check survey x 3 phases x Nos. of conductor per bundle (for Single Circuit Strung Double Circuit Line) The quantity of conductor and earth wire as described above shall also consider necessary sag, jumpering, damage, loss and wastage etc Is Indian rupees considered freely convertible currency in Nepal? Can supplies from India be quoted in Indian Rupees? We understand that contractor is allowed to import construction material like cement, Vol-I,Section 8- SCC reinforcement steel etc. from India. Import of such construction material (cement, Clause , page 8- reinforcement steel etc. ) for the project purpose shall be subjected to special customs tax of 5, point (c ) 1 % only. Please confirm our standing is correct. Vol-I, ITB 18.6 Bid Prices Vol-I, ITB 18.6 Bid Prices Vol. II, Section 4, Clause (notes under clause) Shall the prices to be quoted in Schedule 4(a) installation and construction charges be adjustable? We understand that as per Government of Nepal rules, prices for construction works are subject to yearly adjustments. Shall the prices for construction material (cement, reinforcement steel) etc. be allowed adjustments during contract as per government of Nepal rules? Shall the prices for installation works in Schedule 4(a) be allowed adjustments during contract as per government of Nepal rules? Notes - i) All above towers shall be designed for single circuit strung condition also considering that all conductors and earthwire of one circuit would be placed on one side of tower. Measurement of Conductor quantity shall be governed by Section 4, clause Bidders are required to quote prices accordingly. Measurement of Earthwire quantity shall be governed by Section 4, clause Bidders are required to quote prices accordingly. Tentative properties of Sandy soil shall be same as Dry soil, except angle of repose which shall be taken 20 degrees for Sandy soil. Please refer the Addendum-1, S. No. 8. Please refer the Addendum-1, S. No.9. Bidder is requested to confirm whether the currency of the bid other than US$ is freely convertible or not. Please refer ITB 19.1, Section 2 Bid Data Sheet of Vol I for currencies of the bid. All plant and equipment including mandatory spares to be supplied from abroad listed in Schedule 1 of Vol III will only be subjected to 1 % custom duty. Price is adjusted to supply of conductor and tower materials only (Refer Appendix 2, Section 9, Vol I). All other prices shall remain fixed. Refer S. No Note i) under clause Vol-II, Section-4 stands deleted.

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND GOVERNMENT OF ARUNACHAL PRADESH DEPARTMENT OF POWER BID DOCUMENT PART-I (BID GUARANTEE AND BID PROPOSAL) OF CONSTRUCTION OF 132 KV SINGLE CIRCUIT TRANSMISSION LINE FROM KHUPPI TO TAWANG INCLUDING 132/33

More information

TENDER DOCUMENT FOR PURCHASE OF: ELECTRICAL SAFETY AUDIT OF CURRENCY NOTE PRESS Tender Number: /, Dated:

TENDER DOCUMENT FOR PURCHASE OF: ELECTRICAL SAFETY AUDIT OF CURRENCY NOTE PRESS Tender Number: /, Dated: CURRENCY NOTE PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road # 422101 (Maharashtra) (ISO : 9001 & ISO 14001 Certified Unit)

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

PROCEDURES AND GUIDELINES FOR APPLYING SERVICE CONNECTION AT 11 KV / 33 KV HIGH TENSION (HT) & 132 KV EXTRA HIGH TENSION (EHT)

PROCEDURES AND GUIDELINES FOR APPLYING SERVICE CONNECTION AT 11 KV / 33 KV HIGH TENSION (HT) & 132 KV EXTRA HIGH TENSION (EHT) PROCEDURES AND GUIDELINES FOR APPLYING SERVICE CONNECTION AT 11 KV / 33 KV HIGH TENSION (HT) & 132 KV EXTRA HIGH TENSION (EHT) Note. The procedures and guidelines mentioned herein are in accordance with

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER Page 1 of 13 ENGINEERING PROJECTS (INDIA) LTD (A Govt. of India Enterprise) 5, 1st Floor, 9 th Main, RMV Extension Sadashivnagar, Bangalore 560080 Phone No. 080-23600542 NOTICE INVITING TENDER Sub:- Tender

More information

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise)

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) 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/ H.S.F.G BOLT/D/574/2144

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

Description Clause No. and Page No. of Original Tender Document Amendment

Description Clause No. and Page No. of Original Tender Document Amendment (MM3-CBS-REL-PYL) Procurement, Supply, Installation, Testing and Commissioning of various Power Supply works including associated Civil works, required for diversion of 220 kv and 33 kv Transmission Lines

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

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016 NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS BID REFERENCE : UPHSSP/QA-FORMS/2015-16/01 DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016 LAST DATE FOR SALE OF

More information

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION CO. LTD.

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION CO. LTD. (A Government of India Enterprise) 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 WEB SITE

More information

IV- TENDER DOCUMENT DULY FILLED ALONGWITH RATES AND OTHER DOCUMENTS MUST BE PLACED IN PART-II OF EACH TENDER OFFER.

IV- TENDER DOCUMENT DULY FILLED ALONGWITH RATES AND OTHER DOCUMENTS MUST BE PLACED IN PART-II OF EACH TENDER OFFER. Tender Specification No.& Corrigendum (if any) Date of opening Extended Issuing Authority Tender No.3/2015-16 19-5-2015 S.E., EWC, DEWA ROAD, CHINHAT, LUCKNOW. Particulars Supply of material for execution

More information

ADDENDUM. Sl.No. Page No / Clause. No. [Type text]

ADDENDUM. Sl.No. Page No / Clause. No. [Type text] Tamilnadu Polymer Industries Park Limited (TPIPL) 19-A, Rukmini Lakshmipathi Road, Egmore, Chennai 600 008, Tamil Nadu Tel: 91-44-28551192; 28554479/80/84; Fax: 91-44-28553729 Request for proposal (RFP)

More information

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND GOVERNMENT OF ARUNACHAL PRADESH DEPARTMENT OF POWER BID DOCUMENT PART-I (BID GUARANTEE AND BID PROPOSAL) OF CONSTRUCTION OF 132 KV SINGLE CIRCUIT TRANSMISSION LINE FROM KHUPPI TO TAWANG INCLUDING 132/33

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

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

More information

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

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

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

More information

REPLY TO PRE BID QUERIES MINING LEASE FOR CEMENT GRADE LIME STONE

REPLY TO PRE BID QUERIES MINING LEASE FOR CEMENT GRADE LIME STONE 1 Clause 4.1(i) Revenue Survey Particulars is included in Information memorandum Land owned by State Government & Land not owned by State government has been marked on the map but proper Revenue survey

More information

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

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

More information

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

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

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

More information

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

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (BBJ) NIT/DGM(P-V)/HIRING CRANE/TALCHER/3124 DATE: NOTICE INVITING TENDER

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (BBJ) NIT/DGM(P-V)/HIRING CRANE/TALCHER/3124 DATE: NOTICE INVITING TENDER (A GOVERNMENT OF INDIA ENTERPRISE) 27, RAJENDRA NATH MUKHERJEE ROAD, KOLKATA - 700001 (WEST BENGAL) PHONE NO. (033) 2248 5841-44; FAX: (033) 2210 3961 E-MAIL: info@bbjconst.com; website: www.bbjconst.com

More information

NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 dated NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 NOTICE INVITING TENDER

NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 dated NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 NOTICE INVITING TENDER TENDER NO. NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 DATE 19.11.2015 NOTICE INVITING TENDER Sealed Tenders are invited from reputed parties for the following work :- 01. SCOPE OF WORK DEPLOYMENT OF

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

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. for. Indian Institute of Technology Jodhpur

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

More information

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

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated: India Government Mint, IDA, Phase-II, Cherlapally,(R.R district), Hyderabad Pin-500051 India Ph. No: 91-40-27261731-34, 27266095 Fax No: 040-27262951 CIN: U22213DL2006GOI144763 E-Mail: igm.hyderabad@spmcil.com

More information

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

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

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

TENDER DOCUMENT FOR PURCHASE OF: AUTOMATIC SLIDING GATE SYSTEM Tender Number: /ERS, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AUTOMATIC SLIDING GATE SYSTEM Tender Number: /ERS, Dated: India Government Mint, A Unit of Security Printing and Minting corporation of India Limited (Wholly owned by Government of India) D-2, Sector-1, P.O. Box 78, Noida Pin - 201301 India Ph. No: 91-120-4783113,

More information

TENDER DOCUMENT FOR PURCHASE OF: ULTRASONIC SENSOR Tender Number: /ELECTRIC, Dated:

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

More information

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

Supply of Notebook Computers

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

More information

Invitation to Bid. Subject: Procurement of Diesel Generators Ref: ITB/KRT/10/038

Invitation to Bid. Subject: Procurement of Diesel Generators Ref: ITB/KRT/10/038 Invitation to Bid Dear Sir/Madam, Date: 23/06/2010 Subject: Procurement of Diesel Generators Ref: ITB/KRT/10/038 1. We hereby solicit your bid for the supply of following goods. Supply, delivery and installation

More information

BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT

BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT Addendum No. 3 Page 1 of 12 BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT BID NO. MRS1 ADDENDUM NO.

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

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

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

More information

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

Tender documents for supply of Lithium Inorganic Battery cell 3.6 volts. Tender No. 130 /2011 Dated 28 /02/2012. M/s. Address

Tender documents for supply of Lithium Inorganic Battery cell 3.6 volts. Tender No. 130 /2011 Dated 28 /02/2012. M/s. Address Standard Bidding Document (SBD) (Procurement of Goods and Services) CURRENCY NOTE PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik

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

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ] SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ] Cpc-optcl- Tender-64/2014/15- procurement of SF6 Gas cylinders- LFA Page 1 of 20 SECTION III [LIST OF ANNEXURES] The following schedules and

More information

Security Classification: NON SECURITY

Security Classification: NON SECURITY SECURITY PRINTING PRESS A Unit of Security Printing & Minting corporation of India Limited (Wholly owned by Government of India) Mint Compound,Saifabad, Hyderabad-500063 Web:http://spphyderabad.spmcil.com

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

Issuing Authority. The supply of material shall be governed by Form-B of UPPCL alongwith following special conditions:-

Issuing Authority. The supply of material shall be governed by Form-B of UPPCL alongwith following special conditions:- Tender Specification & Corrigendum (if any) Date of opening Extended Issuing Authority Tender 10/2012-13 08-11-2012 S.E., EWC, DEWA ROAD, CHINHAT, LUCKNOW. Particulars Supply of Motorised Oil Test Set

More information

TENDER NOTICE NO: 11 of of LTPS

TENDER NOTICE NO: 11 of of LTPS Assam Power Generation Corporation Limited Office of the General Manager, LTPS, APGCL, Maibella, P.O. Suffry, Dist. Charaideo, Assam, Pin-785 689. e-mail: gm-ltps@apgcl.com Tele-Fax: 03772-254322 TENDER

More information

TENDER DOCUMENT FOR PURCHASE OF: VARIOUS TYPES OF FILES Tender Number: /PURCHASE, Dated:

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

More information

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

Procurement of Goods

Procurement of Goods i S T A N D A R D B I D D I N G D O C U M E N T S ZAMBIA RAILWAYS LIMITED Procurement of Goods Open International Bidding February 2013 Foreword Zambia Railways Limited has received funding from the Government

More information

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable. Bank Note Paper Mill (BNPM) India Private Limited, Mysore Invites sealed quotations for providing and supplying, of wooden storage cabinet as per the specification at BNPM at Mysore. The tender document

More information

TENDER DOCUMENT FOR PURCHASE OF: AMC OF ACE BATTERY OPERATED FORKLIFT Tender Number: /ERS, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC OF ACE BATTERY OPERATED FORKLIFT Tender Number: /ERS, Dated: India Government Mint, A Unit of Security Printing and Minting corporation of India Limited (Wholly owned by Government of India) D-2, Sector-1, P.O. Box No.78, Noida Pin - 201301 India CIN: U22213DL2006GOI144763

More information

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

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

More information

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated: CURRENCY NOTE PRESS (A UNIT OF Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road # 422101 (Maharashtra) (ISO : 9001 & ISO 14001 Certified Unit)

More information

Addendum-I to the RFQ-cum-RFP document

Addendum-I to the RFQ-cum-RFP document Implementation of Advanced Traffic Management System ( ATMS ) for Agra- Lucknow Access Controlled Expressway (Green field) Project in the State of Uttar Pradesh 2.1.2 2 Section 6, General Specifications

More information

Sl. No. Query/ Concern Clarification/ Information/ Amendment

Sl. No. Query/ Concern Clarification/ Information/ Amendment THE ODISHA STATE CO-OPERATIVE SPINNING MILLS FEDERATION LTD.(SPINFED) Request for Proposal invited dated January 20, 2015: Development of 25,000 Spindle Cotton Spinning Mill at Konarkspin, Kesinga, Odisha.

More information

TENDER DOCUMENT FOR PURCHASE OF: TELEPHONE CABLE ETC. Tender Number: /130/ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: TELEPHONE CABLE ETC. Tender Number: /130/ELECTRIC, Dated: India Government Mint, IDA, Phase-II, Cherlapally,(R.R district), Hyderabad Pin-500051 India Ph. No: 91-40-27261731-34, 27266095 Fax No: 040-27262951 CIN: U22213DL2006GOI144763 E-Mail: igm.hyderabad@spmcil.com

More information

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated: India Government Mint, A Unit of Security Printing and Minting corporation of India Limited (Wholly owned by Government of India) D-2, Sector-1, P.O. Box No.78, Noida Pin - 201301 India CIN: U22213DL2006GOI144763

More information

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

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

More information

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

Air Conditioner Maintenance Committee

Air Conditioner Maintenance Committee Air Conditioner Maintenance Committee Web www.nitt.edu Phone 0431-2503400 Tender Notification No. NITT/ACMC/2010-11/01 (date extended) Dated 16.06.2010 Name of the component Air Conditioners Quantity required

More information

Clause Queries by IDMC Clarifications

Clause Queries by IDMC Clarifications S. No. Tender page no. NIT NO. 002/UPICO/PCDF/BMC/2017-18 Dated:25.04.2017 The Supply, Installation, Testing and Commissioning of BMCU of different capacities Queries asked by interested Bidders 1 Page

More information

STANDARD REQUEST FOR PROPOSAL DOCUMENT FOR SELECTION OF TRANSMISSION SERVICE PROVIDER THROUGH TARIFF BASED COMPETITIVE BIDDING PROCESS

STANDARD REQUEST FOR PROPOSAL DOCUMENT FOR SELECTION OF TRANSMISSION SERVICE PROVIDER THROUGH TARIFF BASED COMPETITIVE BIDDING PROCESS STANDARD REQUEST FOR PROPOSAL DOCUMENT FOR SELECTION OF TRANSMISSION SERVICE PROVIDER THROUGH TARIFF BASED COMPETITIVE BIDDING PROCESS TO ESTABLISH TRANSMISSION SYSTEM FOR.. [Insert NAME OF PROJECT] ISSUED

More information

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

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

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER (A Government of India Undertaking and Subsidiary of BBUNL) 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

More information

Office of the Principal Accountant General (Audit), Telangana, Hyderabad. Prl.AG(Audit)TS/Estate/ Date:

Office of the Principal Accountant General (Audit), Telangana, Hyderabad. Prl.AG(Audit)TS/Estate/ Date: Office of the Principal Accountant General (Audit), Telangana, Hyderabad Prl.AG(Audit)TS/Estate/2017-18 Date: 11.12.2017 Limited Tender Notice for procurement of Split/Cassette Air conditioners Office

More information

Department of Civil Engineering

Department of Civil Engineering Department of Civil Engineering Web www.nitt.edu Phone 0431-2503151 Tender Notification No. NITT/CE/PLAN/2011/1 Dated 28.02.2011 Name of the component 1. Consolidation Apparatus 2. Pan Mixer 3. Hardness

More information

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/BBJ/TS/D-583/BEARING(ELASTOMERIC)/CHANDIGARH/3125 DT

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/BBJ/TS/D-583/BEARING(ELASTOMERIC)/CHANDIGARH/3125 DT NIT//TS/D-583/BEARING(ELASTOMERIC)/CHANDIGARH/3125 DT. 08.04.2016 (A Government of India Enterprise) 27, RAJENDRA NATH MUKHERJEE ROAD KOLKATA - 700 001 (WEST BENGAL) PHONE NO. (033) 2248 5841-44; FAX:

More information

HOSTEL OFFICE. Web: Phone: : within 30 days from the date of purchase order

HOSTEL OFFICE. Web:   Phone: : within 30 days from the date of purchase order HOSTEL OFFICE Web: www.nitt.edu Phone: 0431-2504136 Tender Notification No.: H/01/April 2011 Dated: 27.4.2011 Name of the component Quantity required : Supply of Furniture to NITT Hostels : As per the

More information

THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS

THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS i THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS REPUBLIC OF KENYA TENDER NOTICE- ADDENDUM 1 NATIONAL COMPETITIVE BIDDING (NCB) COUNTRY The Republic

More information

TENDER DOCUMENT FOR PURCHASE OF: INCREMENTAL ENCODER. Tender Number: /COUNTING, Dated:

TENDER DOCUMENT FOR PURCHASE OF: INCREMENTAL ENCODER. Tender Number: /COUNTING, Dated: India Government Mint, A Unit of Security Printing and Minting corporation of India Limited (Wholly owned by Government of India) D-2, Sector-1, P.O. Box No.78, Noida Pin - 201301 India CIN: U22213DL2006GOI144763

More information

E-PROCUREMENT TENDER ENQUIRY

E-PROCUREMENT TENDER ENQUIRY Page 1 of 9 Tender No. : M2/ PUR / 387 / 14-15 Dated : 12.3.2015 SBU: Greases & Lubricants P-43, Hide Road Extension Kolkata-700 088 E-PROCUREMENT TENDER ENQUIRY Due Date : 22.03.2015 at 18.00 hours Sub

More information

Issuing Authority. The supply of material shall be governed by Form-B of UPPCL alongwith following special conditions:-

Issuing Authority. The supply of material shall be governed by Form-B of UPPCL alongwith following special conditions:- Tender Specification & Corrigendum (if any) Date of opening Issuing Authority Tender 39/2012-13 28-2-2013 S.E., EWC, DEWA ROAD, CHINHAT, LUCKNOW. Tender 40/2012-13 28-2-2013 S.E., EWC, DEWA ROAD, CHINHAT,

More information

TENDER DOCUMENT FOR PURCHASE OF: PILZ SAFETY DEVICE (INCLUDING PLUG CONNECTOR AND PROGRAMMING) Tender Number: /ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: PILZ SAFETY DEVICE (INCLUDING PLUG CONNECTOR AND PROGRAMMING) Tender Number: /ELECTRIC, Dated: India Government Mint, Alipur, Kolkata Pin- 700053 India Ph. No: 91-33-24014132-35, 24014821 Fax No: 033-24010553 CIN: U22213DL2006GOI144763 E-Mail: calmint@spmcil.com Web: www.igmkolkata.spmcil.com GSTIN

More information

Information Copy - Not for Bidding

Information Copy - Not for Bidding INSTRUCTION TO BIDDERS Along with this soft copy following hard copies are also issued, 1. Certificate of Purchase of Bid Document 2. Form of Bid 3. Schedule of Guaranteed Technical Particulars 4. Schedule

More information

Nepal Telecom. Tender No. NDCL/ITD-02/ for Supply and Delivery of Intel Servers. [April, 2012]

Nepal Telecom. Tender No. NDCL/ITD-02/ for Supply and Delivery of Intel Servers. [April, 2012] Nepal Telecom Nepal Telecom Nepal Doorsanchar Company Limited Tender No. NDCL/ITD-02/068-69 for Supply and Delivery of Intel Servers [April, 2012] Nepal Telecom, IT Directorate TEL: 977-1- 5537763 International

More information

The Orissa Electricity (Duty) Act, 1961.

The Orissa Electricity (Duty) Act, 1961. The Orissa Electricity (Duty) Act, 1961. An Act to levy a duty on the consumption of electrical energy on the State of Orissa. Be it enacted by the legislature of the State of Orissa in the Twelfth year

More information

SCOPE OF ACCREDITATION

SCOPE OF ACCREDITATION SCOPE OF ACCREDITATION KINECTRICS INC. 800 Kipling Avenue, Unit 2, KL 206 Toronto, ON M8Z 5G5 Accredited Laboratory No. 610 (Conforms with requirements of CAN-P-4E (ISO/IEC 17025:2005)) CONTACT: Mr. Dave

More information

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

HIGH COURT OF HIMACHAL PRADESH, SHIMLA HIGH COURT OF HIMACHAL PRADESH, SHIMLA - 171 001 HHC/Comp./e-Courts/Phase-II/CC/Hardware/2017-I/ Dated Shimla, 27 th November, 2017. Subject: Purchase of DG Set 5 KVA for Network Room for Court Complexes

More information

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks IDBI Bank Limited IDBI Tower, WTC Complex, Cuffe Parade, Mumbai 400 005 TENDER NOTICE Supply & installation of MS Slotted Angle Racks IDBI Bank Ltd. invites tenders from interested parties for supply &

More information

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) REQUEST FOR QUOTATION (RFQ) NAME & ADDRESS OF FIRM: TYPE: (please mark one) Individual Partnership Corporation 24 November 2010 REFERENCE: RFQ-SS HESCOBAGS-OPS-306-2010 CONTACT PERSON: TELEPHONE No. EMAIL

More information

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

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

More information

2. Category : General. 3. Zone : Head Office. 4. Item : Miscellaneous. 5. Tender Date : 20/03/ Last Date of Submission : 10/04/2013

2. Category : General. 3. Zone : Head Office. 4. Item : Miscellaneous. 5. Tender Date : 20/03/ Last Date of Submission : 10/04/2013 Tender on website. 1. Title of the tender : Expression of Interest for a Job Fabrication and Installation of Neon Sign at Haji-Ali Mumbai Site owned by M/s Mukta Advertising 2. Category : General 3. Zone

More information

POLE ATTACHMENT LICENSING AGREEMENT BETWEEN JEA AND

POLE ATTACHMENT LICENSING AGREEMENT BETWEEN JEA AND POLE ATTACHMENT LICENSING AGREEMENT BETWEEN JEA AND POLE ATTACHMENT LICENSE AGREEMENT This Pole Attachment License Agreement ("Agreement") is dated this day of 20, and is made by and between JEA, an independent

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

Last Date of submission of Tender: up to A.M.

Last Date of submission of Tender: up to A.M. ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) ELECTRICAL DIVN./TRANSFORMER & SWITCHGEAR UNIT 5/346, OLD MAHABALIPURAM ROAD, PERUNGUDI, CHENNAI : 600 096. TELEPHONE: 24960595 (5 LINES)

More information

THE ORISSA DISTRIBUTION AND RETAIL SUPPLY LICENCE, 1999 (WESCO)

THE ORISSA DISTRIBUTION AND RETAIL SUPPLY LICENCE, 1999 (WESCO) THE ORISSA DISTRIBUTION AND RETAIL SUPPLY LICENCE, 1999 (WESCO) (NO. 4/99) (Issued under OERC Order Dt. 31.03.99 in Case No. 25/98) Western Electricity Supply Company of Orissa Limited Registered office:

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER BHARAT HEAVY ELECTRICALS LIMITED Phone : +91(0891)6681463/1396 HEAVY PLATE & VESSELS PLANT (HPVP) A Government of India Enterprises Visakhapatnam 530 012 INDIA E-Mail : bpr@bhpvl.com NOTICE INVITING TENDER

More information

Mineral Resources Department, Government of Chhattisgarh REPLY TO PRE BID QUERIES FOR "AUCTION OF MINING LEASE FOR GUMA LIMESTONE BLOCK

Mineral Resources Department, Government of Chhattisgarh REPLY TO PRE BID QUERIES FOR AUCTION OF MINING LEASE FOR GUMA LIMESTONE BLOCK Mineral Resources Department, Government of Chhattisgarh Directorate of Geology & Mining Indravati Bhavan, Block-4, Second Floor, Naya Raipur, Chhattisgarh - 492002, India Phone No. 0771-2221840, Fax:

More information

Department of Production Engineering

Department of Production Engineering Department of Production Engineering Web www.nitt.edu Phone 0431-2503513 Tender Notification No. NITT/ICSR/PROD/DST/2010-2011/3 Dated 27.4.2010 Name of the component Surface Roughness Tester Quantity required

More information

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION TENDER ENQUIRY NO. 423E156 DATE: 26.08.13 SCHEDULE OF COMMERCIAL DEVIATION The following are the deviations/ variations exception from the General Terms and Conditions: SL. NO. CLAUSE NO. OF GENERAL TERMS

More information

Addendum-3, dated 01 March 2018 for the recalled tender. This addendum shall be the part of the RFP, Draft PPA, ISA and LSA.

Addendum-3, dated 01 March 2018 for the recalled tender. This addendum shall be the part of the RFP, Draft PPA, ISA and LSA. Addendum-3, dated 01 March 2018 for the recalled tender. This addendum shall be the part of the RFP, Draft PPA, ISA and LSA. Sl. No. Existing Clause no. Existing clause Amended clause (Read as) 1. Page

More information

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/ KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, TRAINING AND COMMISSIONING OF A CABIN MOCK- UP EQUIPMENT FOR CABIN ATTENDANTS TRAINING FOR EAST AFRICAN

More information

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA TENDER SPECIFICATION FOR PROCUREMENT OF GI EARTH FLAT OF SIZE (50X6)MM & (75X10)MM FOR TENDER CALL NOTICE NO. 18/12-13

More information

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

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

More information

THE TAMIL NADU LIFTS RULES, (G.o.Ms.No.173, Energy (B1), 3rd November 1997)

THE TAMIL NADU LIFTS RULES, (G.o.Ms.No.173, Energy (B1), 3rd November 1997) No.SRO.A/117(c)/97.- THE TAMIL NADU LIFTS RULES, 1997 (G.o.Ms.No.173, Energy (B1), 3rd November 1997) In exercise of the powers conferred by sub-section (1) of Section 22 of the Tamil Nadu Lifts Act, 1997

More information

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER Corporate Office: Januganj, Balasore 756019, Orissa, Fax No.-06782-263259 Regd. Office: Plot No. N-1/22,

More information