DPR for Mass Rapid Transit System in

Size: px
Start display at page:

Download "DPR for Mass Rapid Transit System in"

Transcription

1 E-TENDER DOCUMENT FOR TOPOGRAPHIC SURVEY USING DGPS,TOTAL STATION, AUTO LEVEL AND PREPARATION OF DRAWINGS USING MAPPING SOFTWARE FOR DPR for Mass Rapid Transit System in Gorakhpur APRIL E-TENDER NO: RITES/UT/CO/GORAKHPUR/TGS/01/2017 UT DIVISION, GROUND FLOOR, RIGHT WING RITES BHAWAN, PLOT NO.1 SECTOR-29, GURGAON , INDIA Tel-(0124) , Fax-(0124) E-Tender for Topographical Survey Work Page 1

2 E-TENDERAND CONTRACT DOCUMENT CONTENTS S.No. Details Page PART-1 (Technical Bid) SECTION No 1 Notice Inviting E-Tender and Instructions to Tenderers 3 34 SECTION No 2 Tender and Contract Form[Deleted] 35 SECTION No 3 Special Conditions SECTION No 4 Schedules A to F SECTION No 5 Technical Specifications SECTION No 6 Drawings PART 2 (Financial Bid) SCHEDULE OF QUANTITIES Part - 3 RITES GCC (General Conditions of Contract)-2015 * Section No 7 Section No 8 Section No 9 Section No 10 Section No 11 Conditions of Contract Clauses of Contract RITES Safety Code RITES Model Rules for protection of Health and Sanitary arrangements for Workers RITES Contractor s Labour Regulations *General Conditions of Contract (Compilation of Sections 7 to 11) is available on RITES website < E-Tender for Topographical Survey Work Page 2

3 PART 1 TECHNICAL BID E-Tender for Topographical Survey Work Page 3

4 SECTION 1 NOTICE INVITING E-TENDER AND INSTRUCTIONS TO TENDERERS 1.0 GENERAL 1.1 Tender Notice Limited tenders are invited through E-Tendering system by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways (Employer) from approved contractors for the work of Topographic survey using DGPS, Total Station, Auto Level and preparation of drawings using mapping software for DPR for Mass Rapid Transit System in Gorakhpur. (Note:Throughout these bidding documents, the terms bid and tender and their derivatives are synonymous). 1.2 Estimated Cost of Work The work is estimated to cost Rs.9,70,900/- (Rupees Nine Lakh Seventy Thousand Nine Hundred only). 1.3 Time for Completion Commencement of work : Time period for completion of field work : Submission of final report along with drawings after incorporation of RITES comments, if any: Within 7 days from issue of LOA 60 days from commencement of work Within one week after receiving comments from RITES. 1.4 Brief Scope of Work Establishment of Horizontal and Vertical Ground Control Points and Topographical Survey as per technical specifications (Section 5) enclosed herewith. 1.5 Availability of Site The site for the work is available. 1.6 Deadline for submission of bids Deadline for submission of bids is11:00 Hrs on RITES may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Clause 6.3 in which case all rights and obligations of RITES and Tenderer previously subject to the original deadline will be subject to new deadline. E-Tender for Topographical Survey Work Page 4

5 1.7 Opening of bids Bids will be opened on 11:30 Hrs on Pre-bid Query Receipt Start Time & date: Deleted 1.9 Pre-bid Query Receipt End Time & date: Deleted 2.0 QUALIFICATION CRITERIA TO BE SATISFIED Only Empanelled agencies of RITESLTD.are eligible for quoting for the said work. 3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON QUALIFICATION CRITERIA Deleted as not applicable. 4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise of Documents listed below and addenda issued in accordance with Clause 6: PART 1 :- Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 PART 2:- PART 3:- Section 7 Section 8 Section 9 Section 10 Section 11 Technical Bid Notice Inviting E-Tender and Instructions to Tenderers Tender and Contract Form[DELETED] Special Conditions Schedules A to F Technical Specifications Drawings Financial Bid Packet Schedule of Quantities (Bill of Quantities) General Conditions of Contract Conditions of Contract Clauses of Contract RITES Safety Code RITES Model Rules for protection of Health & Sanitary arrangements for Workers RITES Contractor s Labour Regulations 4.2 Part - 3, General Conditions of Contract (Compilation of Sections 7 to 11) as also correction slips to GCC are available on RITES website under the link Tenders. E-Tender for Topographical Survey Work Page 5

6 4.3 Part 3 of the tender, i.e., General Conditions of Contract (Compilation of Sections 7 to 11) is not uploaded as a part of this tender document because as stated in sub-clause 4.2 above, the same is available separately on RITES website and can be seen / downloaded from there. The bidder need not submit / upload Part1 and Part 3 of the tender as a part of his offer but he must, nevertheless, read the same. It shall be presumed that the bidder has read the contents of Part 1: Technical Bid Packet and Part 3: General Conditions of Contract and upto date Correction Slips thereto and the same will be binding upon him. The successful bidder will be required to sign the complete tender document i.e., Part1,Part2, Part3 and Correction Slips, if any, thereto. 5.0 ACCESSING / PURCHASING OF BID DOCUMENTS a) To participate in the E Bid submission for RITES, it is mandatory for the bidders to get their firms registered with E Procurement portal b) Bidder should enroll themselves on the E-Procurement portal by clicking the option New Registration link available on the home page. A Bidder Registration link containing the detailed guidelines for e-procurement system is available on the RITES E-Procurement portal. During registration, the bidders should provide the correct/true information including a valid -id. All correspondence shall be made directly with the contractors/bidders through the -id provided. The registration charges are INR (Inclusive of Taxes) and this is required to be paid to M/s C1 India Pvt. Ltd. through integrated E payment gateway. The registration will be approved only after receipt of payments. Validity of registration is for three years. In case of any difficulty faced during registration you are requested to contact e-tendering Helpdesk Number provided on E-Procurement portal. c) It is mandatory for all bidders to have class III Digital Signature Certificate (DSC) in the name of the person who will digitally sign the bid from any of licensed Certifying Agency (CA). Bidders can see the list of licensed CAs from the link d) Bidders can view / download Part-1 and Part-2 of bid documents from RITES E Procurement portal or RITES website and Part-3 of the bid documents from RITES website. e) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and safety of the same. f) Following may be noted: Bids can be submitted only during validity of registration of bidder with RITES E Procurement portal. The amendments / clarifications to the bid document, if any, will be posted on E- procurement portal / RITES website only. If the firm is already registered with E procurement portal of RITES and validity of registration has not expired, the firm is not required for fresh registration. g) In case the Digital Signature Certificate (DSC) holder who is digitally signing the bid and the person having Authority to Sign as per Clause 11 are different, even then all the terms and conditions of the tender document will be binding upon the bidder. E-Tender for Topographical Survey Work Page 6

7 5.1 Clarifications on Tender Documents A prospective Tenderer requiring any clarification on the Tender Document may contact PriyankEtauria, Manager/UT, Ground Floor, Left Wing, RITES BHAWAN, Plot 1, Sector 29, Gurgaon (Haryana) Ph , id: PRIYANK.ONE@GMAIL.COM Request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 03 (three) days prior to the deadline for submission of tenders. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website. 6.0 AMENDMENT OF TENDERDOCUMENT 6.1 Before the deadline for submission of tenders, the Tender Document may be modified by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 3 days prior to the deadline for submission of tenders as finally stipulated. 6.2 Addendum/corrigendum, if any, will be hosted on website / E-procurement portal and shall become a part of the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded upto 3 days prior to the deadline for submission of Tender as finally stipulated. 6.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES. 7.0 PREPARATION AND SUBMISSION OF BIDS a) Part-1 and Part-2 of tender document may be downloaded from E procurement portal of RITES and Part 3 from RITES website, well before the deadline for submission of bids. The bids (Part-2 only) alongwith the information and documents specified in clause 28 hereinafter, shall be submitted online following the instructions appearing on the screen. Part-1 and Part-3 of the tender document need not be submitted online but it shall be deemed to have been submitted. Users are requested to map theirsystem as per the System settings available on the link System Requirement and Registration Manual on the E- Procurement portal. b) After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidders are advised that prior to bid submission they should read the Bid Submission manual available on E-Procurement portal on RITES website. E-Tender for Topographical Survey Work Page 7

8 c) Bidders must ensure that all the pages of the documents mentioned in Clause 28 must be signed & stamped by authorized signatory and serially numbered. d) The bids shall be submitted online following the instructions appearing on the screen. Bidders may insert their etoken/smartcard in their computer and Log onto E-procurement portal using the User-Id and Password chosen during registration. Then they may enter the password of the etoken/smartcard to access the DSC. e) Prior to bid submission, bidder should get ready with the documents to be uploaded as part of the bid as indicated in the tender document/schedule. Generally they can be in Excel/PDF/ZIP formats. No other format is accepted. If there is more than one PDF document, then they can be clubbed together in a ZIP file for uploading. Maximum Single file size permitted for uploading is 20 MB. One can upload multiple of such files in case information to be uploaded in single file exceeds 20MB. f) Cost of Tender Document & Earnest Money deposit (EMD) During bid submission the bidder has to select the payment option as offline to pay the cost of tender document and EMD and enter details of the instruments. In case of exemption from payment of cost of tender document and EMD, the scanned copy of document in support of exemption will have to be uploaded by the bidder during bid submission. The onus of proving that the bidder is exempted from payment of cost of tender document and/or EMD lies on the bidder. In this connection, it should be noted that mere opening of bid does not mean that the bid has to be considered by RITES as a valid bid. If later, it is discovered from the uploaded documents that bidder is not exempted from payment of cost of tender and/or EMD, his bid shall be treated as non-responsive. Cost of Tender Document: The cost of tender document is Rs. 2500/- (Rupees Two thousandfive Hundred Only)which is non refundable. It shall be in the form of a Banker s Cheque/ Pay Order/ Demand Draft favoring RITES Ltd. issued by a scheduled commercial bank, payable at Gurgaon / Delhi. No other mode of payment will be accepted. Earnest Money deposit (EMD) - The bids shall be accompanied by total Earnest Money Deposit (EMD) of Rs.9,710/- (Rupees Nine thousand Seven Hundred Ten only) in the form specified in Clause 9 hereinafter. Upload scanned copy of acceptable instruments for EMD and cost of Tender document in different files (Either in PDF or zip format) during on-line submission of Bid. These documents shall be deposited in ORIGINAL in a sealed envelope within a week from thedate of opening to: PriyankEtauria, Manager/UT, Ground Floor, Left Wing, RITES BHAWAN, Plot 1, Sector 29, Gurgaon (Haryana) Ph , id: PRIYANK.ONE@GMAIL.COM E-Tender for Topographical Survey Work Page 8

9 Failing which the bid shall be rejected and the bidder shall be debarred from tendering in RITES Ltd. for a period of 02 (two) years, unless the lapse is condoned by the Accepting Authority at the request of the bidder for valid reasons. The envelope should bear the tender details (tender no., tender name etc.). g) The bid should be submitted online in the prescribed format. No other mode of submission is accepted. h) Bid shall be digitally signed by a representative of the bidder and submitted on-line. No hard copy of the documents (except those specifically asked for in the tender document) are required to be submitted. i) The bidders will have to accept unconditionally the online user portal agreement which contains the Terms and Conditions of NIT including General and Special Terms & Conditions and other conditions, if any, along with on-line undertaking in support of the authenticity regarding the facts, figures, information and documents furnished by the Bidder on-line in order to become an eligible bidder. j) The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the tender/bid document including terms and conditions without any exception and have understood the entire document and are clear about tender requirements which will be binding upon the bidder. k) The bidders are requested to submit the bids through online e-tendering system before the deadline for submission of bids (as per Server System Clock displayed on the portal). RITES will not be held responsible for any sort of delay or the difficulties faced during online submission of bids by the bidders at the eleventh hour. l) No pre bid meeting is scheduled. 8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 90 days from the due date for submission of Tender or any extended date as indicated in sub para below. 8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity unconditionally for a specified additional period. The request and the tenderer s response shall be made in writing/ . A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Bid but will be required to extend the validity of the Earnest Money for the period of the extension. 9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs. 9,710/- (Rupees Nine thousand Seven Hundred Ten only) in any of the forms given below:- E-Tender for Topographical Survey Work Page 9

10 Banker s Cheque / Pay Order / Demand Draft issued by State Bank of India or any Scheduled Commercial Bank drawn in favour of RITES Ltd. and payable at Gurgaon / Delhi. 9.2 Any Tender not accompanied by scanned copies of the instruments for payment of Earnest Money and cost of tender document in an acceptable form shall be rejected by the Employer as non-responsive. 9.3 Refund of Earnest Money The Earnest Money of all the Tenderers, except the one to which the work is awarded, will be returned without interest soon after the award/ finalization of tender by the Employer subject to provisions of Clause 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but who are neither the lowest nor the second lowest will be returned without interest within 07 days of opening of Financial Bid. The Earnest Money of the remaining unsuccessful bidders will be released within seven days of the Accepting Authority s decision on acceptance or otherwise of the tender subject to provisions of Clause 9.4 (b). The bidder shall submit RTGS/NEFT Mandate Form as per performa given in Annexure VII, dully filled in. 9.4 The Earnest Money is liable to be forfeited a) if after Tender opening, but before expiry of Tender validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer i) withdraws his tender or ii) makes any modification in the terms and conditions of the tender which are not acceptable to the Employer. b) in case any information/document which may result in the tenderer s disqualification is concealed by the Tenderer or any statement/information/document furnished by the Tenderer or issued by a Bank/Agency/third party and submitted by the tenderer, is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party c) in the case of a successful Tenderer, if the Tenderer fails to furnish the Performance Guarantee within the period specified under Clause 1 of Clauses of Contract. or fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later. In case of forfeiture of Earnest Money as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work. E-Tender for Topographical Survey Work Page 10

11 10.0 MODIFICATION/ SUBSTITUTION/ WITHDRAWL OF BIDS 10.1 The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Clause 6.0 above. Alternatives or any modifications by the tenderer shall render the Tender invalid The bidder can modify, substitute, re-submit or withdraw its E bid after submission but prior to the deadline for submission of bids. No Bid shall be modified, substituted or withdrawn by the bidder on or after the deadline for submission of bids. Withdrawal of bid after the deadline for submission of bids would result in the forfeiture of EMD Any modification in the Bid or additional information supplied subsequently to the deadline for submission of bids, unless the same has been explicitly sought for by RITES, shall be disregarded For modification of E bid (Technical Bid), bidder has to detach its old bid from E procurement portal and upload / re-submit digitally signed modified bid For withdrawal of bid, bidder has to click on withdrawal icon at E procurement portal and can withdraw its E bid After the bid submission on the portal, an acknowledgement number will be generated by the system which should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening The time settings fixed in the server side & displayed at the top of the tender site, will be valid for bid submission, in the e-tender system. The bidders should follow this time during bid submission All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission & will not be viewable by any one until the date & time specified for bid opening The bidder should logout of the tendering system using the normal logout option available in the portal and not by selecting the (X) exit option in the browser AUTHORITY TO SIGN a) If the applicant is an individual, he should sign above his full type written name and current address. b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address. c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure III. E-Tender for Topographical Survey Work Page 11

12 d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure III. e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure IV. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure III. (Joint Venture not applicable ) 11.1 Items to be kept in mind while furnishing details While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i. There shall be no additions or alterations except those to comply with the instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers. ii. Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the Financial offer will however be accepted. iii. The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/ discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account. iv. In case of Item Rate Tenders - DELETED v. In case the bidder does not quote his rate for any item(s) - DELETED vi. In case of credit items/recovery items/deduction items for which the bidder has to pay the amount to RITES/Employer, the rate quoted by the bidder shall be taken as negative (irrespective of whether the bidder has put a negative sign or not) and the negative amount so calculated shall be considered to work out the total bid amount Integrity Pact Deleted as not applicable TENDER OPENING, EVALUATION &CLARIFICATIONS OF APPLICATIONS 12.1 The Employer will open all the Tenders received, in the presence of the Tenderers or their representatives who choose to attend at 11:30 Hrs on in the office of PriyankEtauria, Manager/UT, Ground Floor, Left Wing, RITES BHAWAN, Plot 1, Sector 29, Gurgaon (Haryana). In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day Opening of bids will be done through online process. RITES reserves the right to postpone or cancel a scheduled bid opening at any time prior to its opening. Information of the same will be displayed at RITES E-procurement portal. E-Tender for Topographical Survey Work Page 12

13 12.3 Bid opening committee will open the bids online in the presence of bidders or their authorized representatives who choose to attend on opening date and time. Also the bidders can participate online during the bid opening process from their remote end through their dashboard. The bidder s representatives, who are present, shall sign in an attendance register. RITES shall subsequently examine and evaluate the bids in accordance with the provision set out in the tender document It will be the bidder s responsibility to check the status of their Bid on-line regularly after the opening of bid till award of work. Additionally, information shall also be sent by system generated to bidder regarding deficiencies in the documents, if any and also request for clarification from the bidder. A system generated SMS alert will also be sent to the bidder. No separate communication will be sent in this regard. Non-receipt of and SMS will not be accepted as a reason of non-submission of deficient documents or confirmatory documents within prescribed time The bids will be evaluated for qualifying criteria as mentioned in Clause 2 hereinbefore. RITES shall not be responsible for any postal delay in receipt of all original documents including the cost of tender document and EMD. In case of non-receipt of these documents in original within the aforesaid period, the bid will be treated as non-responsive Two Packet System Deleted as not applicable Single Packet System Envelope 1 containing scanned copy of Earnest Money alongwith Mandate Form as per Annexure VII and cost of tender document of all the Tenderers will be opened first and checked. If Earnest Money and cost of Tender Document are not furnished as per tender stipulations, the Envelope 2 of Technical bid and Envelope 3 containing Financial bid will not be opened and the bid will be rejected as non-responsive. The Envelope 2 containing Technical Bid and Envelope 3 containing Financial Bid of other Tenderers who have furnished scanned copies of Earnest Money and cost of Tender document as per tender stipulations will then be opened Mere Opening of Bid to be No Guarantee of its Validity In both Single Packet and Two Packet systems, it may be noted that mere opening of a bid does not mean that the bid has to be considered by RITES as a valid bid. All bids will be evaluated to decide whether the bids are responsive or non- responsive INSPECTION OF SITE BY THE TENDERERS Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he E-Tender for Topographical Survey Work Page 13

14 inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work EMPLOYER S RIGHT ON ACCEPTANCE OF ANY TENDER i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected. ii) The competent authority on behalf of the Employer does not bind himself to accept the lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected CANVASSING PROHIBITED Canvassing whether directly or indirectly, in connection with Tenders is strictly prohibited and the Tenders submitted by the Contractors who resort to canvassing will be liable to rejection EMPLOYER S RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the Tender and the Tenderer shall be bound to perform the same at the rates quoted MISCELLANEOUS RULES AND DIRECTIONS 17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organization of the Employer is allowed to work as a contractor for a period of one year after his retirement from the E-Tender for Topographical Survey Work Page 14

15 Employer s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the Tender or engagement in the Contractor s service If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the Tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them a) Deleted as not applicable. b) In case of percentage Rate Tender only percentage quoted shall be considered. Any Tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate Tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tendererand if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderer shall be taken as correct, unless proved otherwise and the total amount worked out accordingly Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection The Contractor shall be fully responsible for all matters arising out of the Performance of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority In case the bidder does not quote his rate for any item(s), it will be presumed that the bidder has included the cost of that/those item(s) in the rates of other items and the rate for such item(s) shall be considered as Zero and the tender will be evaluated by the Employer accordingly and the work executed by the successful bidder accordingly. E-Tender for Topographical Survey Work Page 15

16 17.8 In case of credit items/recovery items/deduction items for which the bidder has to pay the amount to RITES/Employer, the rate quoted by the bidder shall be taken as negative (irrespective of whether the bidder has put a negative sign or not) and the negative amount so calculated shall be considered to work out the total bid amount SIGNING OF CONTRACT AGREEMENT 18.1 The Tenderer whose Tender has been accepted will be notified of the award by the Employer by issue of a `Letter of Acceptance prior to expiration of the Tender Validity period. The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed Within the period as specified in Clause 1 of `Clause of Contract, from the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure V. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably PRE QUALIFICATION PERFORMA Deleted as not applicable BRIEF NOTICE INVITING E-TENDERS General Manager/UT, RITES Ltd invites E-Tenders from the empanelled firms for appointment of sub-consultant for Topographic Survey works for DPR for Mass Rapid Transit System in Gorakhpur on percentage rate bids on single packet system for the following work: E-Tender for Topographical Survey Work Page 16

17 NIT No. RITES/UT/CO/GORAKHPUR/TGS/01/2017 Name of work & Location Topographic Survey works for DPR for Mass Rapid Transit System in Gorakhpur, Gorakhpur Cost of Tender Document Rs. 2500/- Estimated Cost of Work Rs. 9,70,900/- Earnest Money Rs. 9,710/- Period of Completion 60 Days Last Date & time of submission of bid, EMD, cost of tender document and other 11:00Hrs on Documents as specified in the press notice Time & Date of opening of bid 11:30 Hrs. on The bid document consisting of tender drawings, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen on website free of cost After submission of the bid the bidder can re-submit revised bid any number of times but before last time and date of submission of bid as notified While submitting the revised / modified Financial bid, the bidder can revise / modify the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified The bid submitted shall become invalid and e-tender processing fee shall not be refunded if: i) The bidder is found ineligible. ii) The bidder does not upload all the documents (including service tax registration/ VAT registration/ Sales Tax registration) as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of EMD uploaded. iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of bid opening authority. iv) The bidder does not deposit physical instruments of EMD on or before opening of technical bid Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website The intending bidder must have valid Class-III digital signature to submit the bid On opening date, the bidder can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets List of Documents to be scanned and uploaded within the period of bid submission E-Tender for Topographical Survey Work Page 17

18 i) Banker s Cheque/ Pay Order/ Demand Draft towards cost of Tender Document in accordance with Clause 7.0 (f) hereinbefore OR Document in support of exemption from payment of cost of Tender Document ii) Banker s Cheque/ Pay Order/ Demand Draft and Bank Guarantee in format given at Annexure VIII towards Earnest Money Deposit (EMD) in accordance with Clause 9 hereinbefore OR Document in support of exemption from payment of EMD iii) Authority to Sign (if required as per Clause 11.0 hereinbefore) in the format given at Annexure III / Annexure IV as applicable. iv) Declaration by the Bidder in the format given in Performa 3 of Annexure I. v) RTGS/NEFT details as per Annexure- VII vi) Self-Attested copy of Corrigendum(s), if any. Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause 12.4 shall be submitted by the bidder Deleted 30.0 RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the documents submitted by bidders or not, to verify the credentials and general reputation of the bidder and where JV is allowed the credentials and general reputation of lead member & each Member of Joint Venture. E-Tender for Topographical Survey Work Page 18

19 ANNEXURE I QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. ANNUAL FINANCIAL TURNOVER:Deleted as not applicable. 2. WORK EXPERIENCE:Deleted as not applicable. 3. SOLVENCY CERTIFICATE:Deleted as not applicable. 4. PROFITABILITY:Deleted as not applicable. 5. Net Worth :Deleted as not applicable. 6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF BOTH LARGE AND NORMAL WORKS: Deleted as not applicable. 7. DISQUALIFICATION ON CERTAIN GROUNDS Even though the Tenderers may meet the above qualifying criteria, they are subject to be disqualified if they have a) Concealed any information/document which may result in the Bidder s disqualification or if any statement/information/document furnished by the Bidder or issued by a Bank/Agency/third party and submitted by the Bidder, is subsequently found to be false or fraudulent or repudiated by the said Bank/Agency/Third Party. In such a case, besides Bidder s liability to action under para 9.4 of Instructions to Tenderers, the Bidder is liable to face the penalty of banning of business dealings with him by RITES. b) Records of any contract awarded to them, having been determined during the past three years prior to the dead line for submission of bids. c) Been declared as Poor Performer by RITES and their name is currently in the Negative List of RITES. d) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force. e) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format. A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Performa 3 enclosed. E-Tender for Topographical Survey Work Page 19

20 Performa-1: LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5 YEARS :Deleted as not applicable. Performa-2: SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK :Deleted as not applicable. E-Tender for Topographical Survey Work Page 20

21 Performa 3 DECLARATION BY THE TENDERER (Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate) This is to certify that We, M/s., in submission of this offer confirm that:- i) We have visited the site of work and seen the working conditions, approach road / path, availability of water, electricity, construction labour, construction materials and other relevant requirements connected with the work. ii) We have neither concealed any information/document which may result in our disqualification nor made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements; iii) During the past three years prior to the deadline for submission of bids, no contract awarded to us has been determined. iv) No Central / State Government Department/ Public Sector Undertaking or Enterprise of Central / State Government have banned/suspended business dealings with us as on date. v) We have submitted all the supporting documents and furnished the relevant details as per prescribed format and we agree to submit, without delay additional information / documents which may be demanded by RITES Ltd. vi) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis. vii) The information and documents submitted with the Tender and those to be submitted subsequently by way of clarifications are correct and we are fully responsible for the correctness of the information and documents submitted by us. viii) We have not failed to service the principal amount or interest or both of a loan account / credit limit from any Bank or Financial Institution during a period of one year prior to the deadline for submission of bids. ix) *The original instruments of EMD and Cost of Tender Document, in physical form shall be deposited by us with RITES Ltd. within a week from the date of opening of Technical Bid failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years. OR *We are exempted from payment of cost of Tender Document and EMD and the certified copies of original documents in support of such exemption shall be E-Tender for Topographical Survey Work Page 21

22 deposited by us with RITES Ltd. within a week from the date of opening of Technical Bids and original documents produced on demand, failing which RITES Ltd. may reject the bid and also take action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years. (* Delete whichever is not applicable) x) We understand that in case any statement/information/document furnished by us or to be furnished by us in connection with this offer, is found to be misleading or false, our EMD in full will be forfeited and business dealings will be banned. SEAL, SIGNATURE & NAME OF THE TENDERER Signing this document E-Tender for Topographical Survey Work Page 22

23 ANNEXURE II :DRAFT MEMORANDUM OF UNDERSTANDINGEXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE (On each firm s Letter Head) Deleted as not applicable. E-Tender for Topographical Survey Work Page 23

24 ANNEXURE III FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY POWER OF ATTORNEY (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s. (name of the firm/company with address of the registered office) hereby constitute, appoint and authorize Mr./Ms. (Name and residential address) who is presently employed with us and holding the position of and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of, and. Dated this the day of 20 (Signature and name of authorized signatory being given Power of Attorney) (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: E-Tender for Topographical Survey Work Page 24

25 Notes: - In case the Firm / Company is a Member of a Consortium/JV, the authorized signatory has to be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. E-Tender for Topographical Survey Work Page 25

26 ANNEXURE IV: FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE - Deleted as not applicable. E-Tender for Topographical Survey Work Page 26

27 ANNEXURE V FORM OF AGREEMENT (ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) Agreement No. dated THIS AGREEMENT is made on day of Two thousand between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s. hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz. (brief description of the work) and has by Letter of Acceptance dated accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. (Rupees only) NOW THIS AGREEMENT WITNESSETH as follows:- 1) In this Agreement words and expressions shall have the same meaning as are respectively assigned to them in the Conditions of Contract hereinafter referred to. 2) The following documents in conjunction with addenda/ corrigenda to Tender Documents shall be deemed to form and be read and construed as part of this agreement viz. The Letter of Acceptance dated. Priced Schedule (Bill) of Quantities Notice Inviting Tender and Instructions to Tenderers. RITES Tender and Contract Form [DELETED] Special Conditions Schedules A to F. Technical Specifications Drawings Amendments to Tender Documents (List enclosed) General Conditions of Contract (read with Correction Slip Nos. 1 to --) comprising of i) Conditions of Contract ii) Clauses of Contract E-Tender for Topographical Survey Work Page 27

28 iii) RITES Safety Code iv) RITES - Model Rules for the protection of Health and Sanitary arrangements for Workers v) RITES Contractor s Labour Regulations. 3) In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract. 4) The Employer hereby covenants to pay to the Contractor in consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract. IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written. SIGNED, SEALED AND DELIVERED BY In the capacity of On behalf of M/s. (The Contractor) In the presence of Witnesses (Signature, Name & Designation) 1. representing RITES LIMITED In the capacity of Agent / Power of Attorney Holder For and on behalf of (The Employer) In the presence of Witnesses (Signature, Name & Designation) E-Tender for Topographical Survey Work Page 28

29 ANNEXURE VI: INTEGRITY PACT - Deleted as not applicable. E-Tender for Topographical Survey Work Page 29

30 To RITES Ltd... Dear Sir, Mandate Form ANNEXURE-VII Authorization for payment through Electronic Fund Transfer System (RTGS/NEFT) We hereby authorize RITES Ltd. to make all our payments, including refund of earnest money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below: (TO BE FILLED IN CAPITAL LETTERS) 1 NAME OF THE BANEFICIARY 2 ADDRESS WITH PIN CODE 3 i. TELEPHONE NO WITH STD CODE ii. MOBILE NO. 4 BANK PARTICULARS A BANK NAME B BANK TELEPHONE NO WITH STD CODE C BRANCH ADDRESS WITH PIN CODE D BANK FAX NO WITH STD CODE E 11 CHARACTER IFSC CODE OF BANK (EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED) F BANK ACCOUNT NO. AS APPEARING ON THE CHEQUE BOOK G BANK ACCOUNT TYPE (TICK ONLY) SAVING/ CURRENT/ LOAN/ CASH/ CREDIT/ OTHERS H IF OTHERS SPECIFY 5 PERMANENT ACCOUNT NO.(PAN) 6 E MAIL ADDRESS I/we hereby declare that particulars given above are correct and complete. If the transaction delayed or credit is not affected at all for reasons of incomplete or in correct information, I / we would not hold RITES Ltd. responsible, Bank charges for such transfer will be borne by us. Date.. SIGNATURE (AUTHORISED SIGNATORY) Name BANK CERTIFICATION It is certified that the above mentioned beneficiary holds bank account no.. With our branch and bank particulars mentioned above are correct. Date.. SIGNATURE (AUTHORISED SIGNATORY) Name OFFICIAL SEAL E-Tender for Topographical Survey Work Page 30

31 ANNEXURE VIII BLANK E-Tender for Topographical Survey Work Page 31

32 Annexure IX: Pre-Qualification Performa Deleted as not applicable. E-Tender for Topographical Survey Work Page 32

33 ANNEXURE-X List of 60 districts covered under IAP S. No. State District 1 Andhra Pradesh Adilabad 2 Andhra Pradesh Khammam 3 Bihar Arwal 4 Bihar Aurangabad 5 Bihar Gaya 6 Bihar Jamui 7 Bihar Jehanabad 8 Bihar Nawada 9 Bihar Rohtas 10 Chhatisgarh Bastar 11 Chhatisgarh Bijapur 12 Chhatisgarh Dantewada 13 Chhatisgarh Jashpur 14 Chhatisgarh Kanker 15 Chhatisgarh Kawardha 16 Chhatisgarh Koriya 17 Chhatisgarh Narayanpur 18 Chhatisgarh Rajnandgaon 19 Chhatisgarh Surguja 20 Jharkhand Bokaro 21 Jharkhand Chatra 22 Jharkhand Garhwa 23 Jharkhand Gumla 24 Jharkhand Hazaribagh 25 Jharkhand Kodarma 26 Jharkhand Latehar 27 Jharkhand Lohardaga 28 Jharkhand PachimSinghbhum 29 Jharkhand Palamu 30 Jharkhand PurbiSinghbhum 31 Jharkhand Ram Garh 32 Jharkhand Saraikela 33 Jharkhand Simdega 34 Madhya Pradesh Anuppur 35 Madhya Pradesh Balaghat 36 Madhya Pradesh Dindori 37 Madhya Pradesh Mandla 38 Madhya Pradesh Seoni 39 Madhya Pradesh Shahdol 40 Madhya Pradesh Sidhi 41 Madhya Pradesh Umaria 42 Maharashtra Gadchiroli 43 Maharashtra Gondiya 44 Orissa Balangir E-Tender for Topographical Survey Work Page 33

34 S. No. State District 45 Orissa Debagarh / Deogarh 46 Orissa Gajapati 47 Orissa Kalahandi 48 Orissa Kandhamal / Phulbani 49 Orissa Kendujhar / Keonjhar 50 Orissa Koraput 51 Orissa Malkangiri 52 Orissa Mayurbhanj 53 Orissa Nabarangapur 54 Orissa Nuapada 55 Orissa Rayagada 56 Orissa Sambalpur 57 Orissa Sonapur 58 Orissa Sundargarh 59 Uttar Pradesh Sonbhadra 60 West Bengal PaschimMedinipur E-Tender for Topographical Survey Work Page 34

35 Section - 2 TENDER& CONTRACT FORM DELETED E-Tender for Topographical Survey Work Page 35

36 Section - 3 SPECIAL CONDITIONS E-Tender for Topographical Survey Work Page 36

37 SECTION-3 SPECIAL CONDITIONS A. Special Conditions relating to existing Clauses of Contract: 1. The contractor is expected to mobilize within 7 days of award of contract and start the work physically at site. 2. Contractor shall deploy competent and experienced engineers, technical and other support personnel for accuracy of field survey, compliance with procedure, day to day interaction, compilation of data and drawings and final submission as per laid down specifications within stipulated time period. If during course of execution, RITES is not satisfied with the performance of any engineer/technical staff, then replacement of such personnel by competent and qualified person will be immediately arranged by the contractor. Contractor should be in a position to deploy sufficient number of survey teams (minimum four survey teams) at a time. The deployment of survey teams and their weekly progress should be adequate to complete the work within the stipulated time-frame. 3. Liquidated Damages Delay in completion of the work due to reasons attributable to the contractor shall attract Liquidated of Tendered value per month of delay to be computed on per day basis subject to a maximum of 10% of the Tendered value of the work. 4. A weekly progress report certified by authorized RITES' representative in the format specified shall be sent to RITES Office positively, by every Monday by fax/courier/ for the work done during preceding week, with a copy of the same shall be given to the RITES Representative. The responsibility of fax communication will be entirely of the contractor. 5. If the progress of the work is not satisfactory, RITES reserves the right to terminate the entire contract or a part of it. In case of termination of contract due to failure of the Contractor, RITES shall forfeit Security Deposit, Performance Guarantee and Additional Performance Guarantee (if applicable) of the Contractor. 6. Payment Terms - Payment will be regulated as under: 15% of accepted cost of work on start of work at site and after submission of Bank Guarantee of equal amount. 60% of cost of respective items on satisfactory completion of all field work and submission of draft drawings. 15% cost of respective items on submission of final drawing and other documents. Balance amount on Acceptance of Final submission by RITES after adjusting 15% payment made in first stage. E-Tender for Topographical Survey Work Page 37

38 All payments to the Agency shall be made through ECS/EFT. Agency shall furnish the bank details and one leaf of cancelled cheque for release of payment through ECS/EFT at the time of submission of first bill. Schedule of items, quantities and rates of all items to be executed is given in Financial Bid.Tenderers may please note that RITES have given their estimated rates in this schedule. Tenderers are required to quote only a single percentage above or below the rates for all the items given by RITES. Separate percentage for separate items should not be quoted under any circumstances. 7. Security Deposit will be refunded after defect liability period is over (two months from completion date) or release of final bill, whichever is earlier. 8. REQUIREMENT OF ADDITIONAL BG The Tenderer shall quote one uniform % above/below rate over and above the estimated rate mentioned in the Schedule of Quantities. If RITES Ltd. comes across any unbalanced rates, RITES may require the Tenderer to furnish detailed analysis to justify workability of the rates. In addition to seeking justification of rates from Tenderer, RITES may also ask Tenderer to furnish additional BG, within advised time, to the extent total quoted cost lower than 90% of Tender estimate, otherwise, his Tender shall be liable to be bypassed by RITES Ltd. and award the contract to alternate Tenderer. B. SCOPE OF WORK i) The work comprises of Topographic survey using DGPS, Total Station, Auto Level and preparation of drawings using mapping software for DPR for Mass Rapid Transit System in Gorakhpur. Detailed topographical Survey will be done to represent all the visible details of ground using DGPS and Total Station and Auto level along the corridor. The work will involve carrying out a detailed Topographic Survey along alignment (not less than 100m wide or up to built up lines whichever is more). The corridor shall be surveyed on all cross roads upto100m each side from centre of corridor showing all details or as directed by Engineer in charge. Buildings falling in 100m wide corridor shall be closed. ii) The survey shall cover following features:- a) Built up line to built up line (and show setback as well) inclusive of all roads, road/rail track showing important structures with their height and storey s including depth of foundation based upon local inquiry, all bye lanes, footpaths, dividers/central verges, roads, railway tracks, trees, manholes & other structures, nallahs, storm water drains, H.T., L.T. Transmission lines, Telephone lines, vertical clearance of OH utilities etc. Bridges, ROBs/RUBs/FOBs with type and spans, ponds, HFL and bed level of streams/nallahs, level X-ings with their type, traction masts, signal posts, location box etc. b) Location and list of trees with girth more than 15 cm (measured at 1 m height from ground level) shall be indicated. A table showing location, type, their species, girth E-Tender for Topographical Survey Work Page 38

39 diameter, reference number duly shown on plan shall be made in separate AutoCAD layer. The trees at site to be numbered with paint as directed by Engineer-in-charge. c) Marking outer dimension of all built up area along the corridor, with plot numbers and ownership such as private, Govt, residential and commercial etc. within survey limits. d) The Auto CAD drawings shall have different layers for different entities like Road, Rail, Spot/Ground levels, Drain, Building, Boundary Wall, Over Ground Utility and Ground Utility, Tree, Traverse Station, ROB/RUB etc. as instructed by Engineer-in-charge. X, Y, Z co-ordinates of all spot/ground points shall be provided in CSV file as directed by Engineer-in-charge with point numbers and feature coding as per list of codes given by Engineer-in-charge. Z co-ordinates are to be taken with due care and indicated accordingly. e) Location of approach roads, main roads, lanes etc. showing road / lane name, carriageway, footpaths, central verge, drains and the widths of all the main and approach roads and at locations where there is a sudden change in widths of roads shall be measured physically and marked on the drawings. f) Details of land along the route and their uses such as residential areas, commercial areas, religious, parks, green areas, vacant lands etc. g) Details of open drains, nallahs, with bed levels and HFL s. h) The plan shall show all buildings, type of building, such as temporary, permanent including number of storey and basement details. i) Survey of level crossings with their numbers, class, manned or unmanned, Road-Over- Bridges (ROBs) Road-Under-Bridges (RUBs) and Foot-Over Bridges (FOBs), Railway Bridges, Culverts etc. with their structural details, angle of crossing and road & rail levels. j) Details of railway tracks along the proposed alignment including take off points, curves, transitions, crossings, switches and other details including electrical structures with their distances from the existing railway tracks. k) Details of Religious structures such as Temple, Gurudwara, Mosque, Church, Monuments, Tombs, etc. clearly marking the railway boundary all along the corridor and giving cross reference of these structures with reference to the railway boundary. l) Traffic signals, light posts, bus stops, junction boxes (telephone and power), fire and water hydrants (fire fighting and others), transformers telephone posts etc. m) Name of all adjacent colonies including number of houses, Jhuggie clusters with number of jhuggies along the route of the survey. n) Spot levels of terrain, critical levels including vertical clearances of Road-over-Rail and Road-under-Rail bridges, railway OHE facilities, top levels of (a) railway station buildings, (b)platforms and(c) both rails of each track. Rail levels shall be recorded at 25m intervals. E-Tender for Topographical Survey Work Page 39

40 o) Vertical clearances to power line or telephone/telegraph lines at crossings of roads/railway line. p) Any other structure or details which the Agency may feel important and or as instructed by Engineer should also be added. q) Collecting data such as list of ASI monuments, their coordinates, prohibitive, restricted & protected boundaries etc. falling along the corridor (500m radius zone) from Archeological Survey of India officefor Gorakhpur zone and marking in drawings. iii) Corridor of Topographical survey should be matched with the proposed alignment marked on Map/Google Images. There may be occasion to repeat the topographical survey to match the corridor of the proposed alignment marked on Map/Google images or due to revision of alignment in small patches to avoid the structures coming on the proposed alignment marked on Map/Google images. No extra payment shall be made to the agency for the same. iv) The contractor has to plan survey based on layer concept so as to prepare plan showing all existing and manmade features. All the text size, general layout of drawings, legend, scale etc. shall be as per sample drawing, which will be supplied by RITES during execution of work. v) It may be required to run sub-traverses to cover area of interest for topography. These subtraverses shall start and end on a control mark already established in previous stage of the survey. Accuracy of this sub-traverse shall also be computed and properly documented. Accuracy of sub-traverses should also be same as required for establishment of total station traverses. However, balancing of error is not required in case of sub-traverses for topographic survey. vi) All measurements and detailing of features shall be taken by using Total Stations of minimum 5 (five second), accuracy as per DIN standard with data downloading facility of brands as specified above and shall be recorded directly on to it. The linear measurements shall have an accuracy of ±(5mm + 5ppm times base line length). vii) During topographic survey, all existing topographical details, such as buildings, village boundary, rivers, nallas, canals, roads, railway lines, electric lines etc. shall be picked up as existing on ground with respect to reference frame established above. Spot levels shall be picked up so as to truthfully depict actual ground with spot level interval of the order of 25m or lesser. At points where profile is changing, additional levels will be taken. All traverse stations shall be connected with TBM established at site using Autolevels with an accuracy of 6 K mm, where K is the circuit length in km. viii) The contractor is also required to carry out leveling in isolated ponds or water logged areas or in the existing borrows pits filled with water. ix) Necessary jungle clearance for proper execution of the work, wherever required, shall have to be done by the contractor at no extra cost. E-Tender for Topographical Survey Work Page 40

41 x) A sketch showing surveyed points with respect to traverse stations should be prepared in a field register with date of survey. Every page of the field register should be numbered and each page signed by the surveyor. xi) The following documents shall be maintained at site by the contractor and submitted to RITES and will be considered as property of RITES. These books and register shall be photocopied and submitted to RITES along with the part submission. Original documents will be submitted on completion of work. a. Traverse Register containing the records of running sub-traverse for topographic survey, sub-traverse stations with their description, calculation of co-ordinates of subtraverse stations, down loaded data, etc. b. Level Books containing the records of connecting of level of TBMs/BMs established along the alignment to traverse pillars and leveling along centre line of proposed alignment pegged at site. c. Topographical Details Register containing details of topography. xii) Contractor shall prepare one set of AutoCAD drawing as per legend on a 1:1000 scale showing all man-made and natural features. xiii) Contractor shall notify all the listed departments (some departments may be added or deleted according to presence or absence of utility) in advance about the collection of utility data along with indicative route map of metro corridors. After preparation of Autocad drawing, Contractor shall collect data (location, depth, height, dia/radius, material, affect etc) for overhead and underground utilities (along / across the alignment of Corridors) from these departments and mark / get marked in hard copies of survey drawings. Contractor then, shall include these utilities in Auto cad drawings in separate layers and prepare tables in prescribed format as provided by Engineer-in-charge. xiv) Soft copies of Auto cad drawings will also be supplied by the contractor. The plan should have enough description of features and annotation so as to suffice the purpose of design of alignment. The contractor shall carryout physical verification of the plan prepared above with the help of hard copies using his own surveyors at site. xv) After making necessary corrections, as may be required, corrected hard copies of the plan shall be jointly (RITES representative and Contractor s surveyor) verified at site. Corrections, if any shall be carried out by the contractor and final drawings in hard copy (duly signed) and soft copy shall be submitted to RITES for design of alignment. xvi) Data downloading and plotting of daily work completed by Total Station team shall be done on that very day. xvii) In addition, the Contractor shall supply raw data as downloaded from Total station and processed data in ASCII/GENIO/XML format compatible with MX Software duly checked and verified. The contractor shall follow standardized feature code and level/layer information to ensure standardization; any data incompatible with the same shall not be accepted. This data should be acceptable to MX for designing and processing. xviii) Deliverables E-Tender for Topographical Survey Work Page 41

42 Topographical Survey Plans for the route alignments and other facilities like Station areas, Maintenance Depot and construction Depots as per project requirements. Observation logs Photographs of every DGPS point/other important points Baseline processing reports Loop closure All Raw dataset of Base and Rover in.dat format Final processed data of GPS in desired format as per project requirement All documents as regard to land survey as per scope of work. AutoCAD drawing as per Clause-12 of Section-3 Preparation and Submission of Survey Report. E-Tender for Topographical Survey Work Page 42

43 Section - 4 SCHEDULES A TO F E-Tender for Topographical Survey Work Page 43

44 SECTION 4 PERFORMA OF SCHEDULES (Operative Schedules to be supplied separately to each intendingtenderer) SCHEDULE A Schedule of quantities (As per Bill of Quantities attached) (BOQ to be attached with Financial Bid) SCHEDULE B Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract) S.No Description of items Quantity Rates in Figures & words at which the material will be charged to the contractor Place of Issue Not Applicable - SCHEDULE C Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract). S.No Description Hire charges per day Place of Issue Not Applicable - SCHEDULE D Extra schedule for specific requirements/documents for the work, if any. - Not Applicable - SCHEDULE E Schedule of components of Cement, Steel, other materials, POL,Labouretc.for price escalation. (Refer Clause 10CC of Clausesof Contract). SCHEDULE F Reference to General Conditions of Contract - Not Applicable - E-Tender for Topographical Survey Work Page 44

45 Name of Work : Topographic survey using DGPS, Total Station, Auto Level and preparation of drawings using mapping software for DPR for Mass Rapid Transit System in Gorakhpur. Estimated cost of work: Rs.9,70,900/- (Rs. Nine Lakh Seventy Thousand Nine Hundred only) Cost of Tender : Rs. 2500/- Earnest money :Rs. 9,710/- Performance Guarantee (Ref. Clause 1 of GCC-2016) Recovery of Security Deposit (Ref. Clause 1A of GCC-2016) : 5% of Tendered value : 5% of Tendered value Notice Inviting Tender and Instruction to Tenderers Officer inviting Tender: General Manager/C/UT, Ground Floor, right wing, RITES BHAWAN, Plot-1, Sector-29, Gurgaon (Haryana) CONDITIONS OF CONTRACT Definitions 2 (iv) Employer : 2(v) Engineer-in-Charge : General Manager/C/UT 2(vii) Accepting Authority : General Manager/C/UT 2(ix) Percentage on cost of materials andlabour to cover all : 15% overheads and profits. 2(x) Standard Schedule of Rates : NIL 2(xiii)Date of commencement of work :Within 7 days from the date of award of contract 9 (a) (ii) General Conditions of Contract : RITES General Conditions of Contract December 2016 Edition with all correction slips up to date of submission of Tender E-Tender for Topographical Survey Work Page 45

46 CLAUSES OF CONTRACT Clause 1 1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance subject to maximum of 15 days : 15 days. Maximum allowable extension beyond the period provided in (i) above subject to a maximum of 7 days :7 days. Clause 2 Authority for fixing compensation under Clause 2 : As per SOP of RITES Clause 2A Whether Clause 2A shall be applicable : NO Clause (a) Time allowed for execution of work: Commencement of work : Time period for completion of field work : Submission of final report along with drawings after incorporation of RITES comments, if any: Within 7 days from issue of LOA 60 days from commencement of work Within one week after receiving comments from RITES. Clause 5 A Shifting of stipulated date of completion As per SOP of RITES Competent Authority Clause 6 A Whether Clause 6 or 6A applicable Only Clause 6 applicable Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment Clause 10A Not applicable E-Tender for Topographical Survey Work Page 46

47 i) Whether Material Testing Laboratory is to be provided at site. NO ii) If YES list of equipments to be provided Clause 10 B Whether Clause 10 B(ii) to (v) applicable NO Clause 10 CC Whether Clause 10CC applicable NO Clause 11 Specifications to be followed for execution of work : For CPWD DSR Items:- Deleted as not applicable For Non DSR Items and items of Specialised nature in Railway Works etc. Technical Specs. under Section No. 5. Clause 12 Clause 12.2 Deviation Limit beyond which i) 12.3 & 12.5 Clauses 12.2,12.3& 12.5shall apply : Plus 25% :MinusNo Limit 12.5 Definition of Foundation item if other than that described in Clause 12.5 : Accordingly Clause 16 Competent Authority for deciding reduced rates As per RITES SOP Clause 17 Defect Liability Period : 2 months from end of execution period Clause 18 List of mandatory, minimum machinery, tools & plants to be deployed by the Contractor at site:- Sufficient number of teams to be deployed by contractor E-Tender for Topographical Survey Work Page 47

48 Clause (i) Appellate Authority : Group General Manager/SBU Head/UT Appointing Authority : ED/UI Clause 36 (i) & (iii) Designation Minimum Qualifications & Experience required and Discipline to which should belong Minimum Qualification Minimum working experience As per technical specification Discipline to which should belong Number 36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy Technical Representative Designation Rate of Recovery per month (in Rs.) for non-deployment As per technical specification Clause 46 Clause Details of temporary accommodationincluding number of rooms and theirsizes as well as furniture to be madeavailable by the Contractor - Not Applicable Whether Clause A applicable NO Whether Clause 46.13A applicable NO Clause City of Jurisdiction of Court GURGAON Clause Sum for which Third Party Insurance to be obtained Not applicable Clause 55 Whether clause 55 shall be applicable. If yes, time allowed for completion of sample floor/unit. NO E-Tender for Topographical Survey Work Page 48

49 Section 5 TECHNICAL SPECIFICATIONS E-Tender for Topographical Survey Work Page 49

50 Section 5 Technical Specifications 1.1 Establishment of Prime Traverse through DGPS (As a Whole) The proposed tentative alignment will be supplied to the contractor for getting an idea of alignment for the purpose of fixing of Control Pillars as per specifications Strategic point locations at start, end & intermediately in the area of interest shall be selected in consultation with RITES Sufficiently long hour observation with GPS should be done for common period on these point locations Recorded data of long hour observation shall be downloaded and processed through software application to establish prime traverse as a whole Processed grid coordinates (Cartesian) will be further processed to arrive at ground coordinates Values for northing & easting of grid coordinates should be considered as fixed for any DGPS sub-traverse/intra-mediate loops, initiating or passing through these points and the data shall be processed in accordance with fixed values of the grid coordinates Similarly, values for northing & easting of ground coordinates should be considered as fixed for any Total station sub-traverse, initiating or passing through these points and the data shall be processed in accordance with fixed values of the ground coordinates GPS and Total station instruments used for traversing purpose should possess software qualification to work in both grid and ground coordinate system or else, it should be accompanied by manufacturer supplied software for conversion of data from grid coordinates to ground coordinates and vice versa. 1.2 Establishment of DGPS Controls (Whole to Part) The pillars/points (henceforth designated as Control Points) for which co-ordinates in line with prime traverse are to be established shall be decided in advance in consultation with RITES The Control Point fixing will establish a network along the proposed alignment as marked on the maps provided by RITES. E-Tender for Topographical Survey Work Page 50

51 1.2.3 Horizontal control grid in line with prime traverse will be established using DGPS at about 2 km along the alignment on a pair of control stations/control points fixed at a distance of about 250m apart from each other along the proposed alignment In addition, contractor has to take GPS observations at existing pillars available en-route and also pillars exist at natural & man-made features like river/nala, road, tunnel etc. as desired by RITES representative at site The DGPS sets used shall be with at least 12 channels having differential post processed accuracy of at least ±(5mm+1ppm x Baseline Length) The stations selected shall be obstruction free towards sky at an angle of 15 deg with horizontal plane The control point locations should be selected so as to be : Clear of HT/LT lines, Free from multipath problems associated with tall features in the vicinity, Free from foliage, Open to sky with a clear view of the horizon, Close to the proposed alignmentwhere a feature such as rock outcrop, culvert etc. is available, control points may be located there. If such features are not available, pillars may be erected there specifically for this purpose. Al least two adjacent control points (i.e. a pair of DGPS control points) shall be inter-visible with reference to each other and shall preferably be fixed on ridge lines, in sections where no field surveys have yet been done The contractor shall plan closed loops consisting of a network of triangles, connecting these control points. He will get this network approved by RITES before proceeding to site. The triangles shall be well formed and preferably not too acute nor obtuse, with sufficient redundancy so that a base line could be confirmed by observations from multiple control points. There may be occasions where due to some specific site constraints, this network may require change. If a RITES representative is available, his concurrence may be taken for this change. If RITES representative is not available, necessary changes may be carried out by the Surveyor himself with reasons recorded by him which may be approved by RITES representative later on GPS observations shall be taken at control points in differential mode for sufficiently time using at least 3 receivers forming 3 vertices of a well formed good triangle For carrying out network adjustment, one permanent control point may be fixed for both horizontal and vertical control. Horizontal control may be fixed with long hour GPS observation (24 Hours) continuous observation. Minimum common period of observation for other GPS points shall be not less than two hours. E-Tender for Topographical Survey Work Page 51

52 The Surveyor shall also carry out comparative analysis of GPS coordinates obtained by observations from subsequent control points forming redundant triangles. The accuracy of these shall be at least be 1 in 1,00,000 or better. Measurements taken with Geometric Dilution of Precision (GDOP) exceeding 5 should not be considered for post-processing The Surveyor shall download raw GPS data on a PC/laptop at site itself and thereafter apply suitable projection system so as to arrive at grid coordinates (Northing, Easting and Elevation with reference to Mean Sea Level) from geographical coordinates (Latitude, Longitude & Ellipsoidal Height) observed at site. Horizontal control may be fixed selected from the points of the prime traverse. Vertical control (i.e. mean sea level height) may be established with reference to known available benchmark(s) in the nearby location. Each day s work shall be compiled and mapped/documented on the same day The parameters used for transformation shall be duly documented in the Report provided by the Contractor The co-ordinates for the entire section shall be with reference to single grid in metric system and WGS datum on UTM projection system The GPS work will be followed by Total Station Survey Work. The Contractor will provide the grid and ground coordinates of all Control Points to RITES Both the Raw Data (in RINEX as well as proprietary formats of GPS manufacturer) as well as the Transformed Data shall be supplied by the Contractor to RITES All teams shall ensure that details in required format are furnished promptly to RITES representative working near the site, in softcopy and hardcopy forms, duly checked and verified, supported with not to scale neat sketches. The Surveyor shall also submit photographs of all control points surveyed by him. The photographs shall indicate the pillars/points and its surrounding areas clearly During survey, careful notes with dates should be made on the ground, from personal enquiry and observations regarding any information likely to be useful in working out details of the project Necessary jungle clearance and construction of pathway for proper execution of the work, wherever required, shall have to be done by the contractor at no extra cost 1.3 Fixing of Pre-cast RCC Pillars Wherever, control markers and TBMs are not on existing permanent structures, RCC pillars shall be erected in advance as may be required for control markers and TBMs GPS control points and Bench Marks - shall be made of cement concrete of grade M-15 (1:2:4), rectangular in shape and size of 300mm x 300mm x 400mm. A Mild Steel rod of 20 mm diameter and 350mm long shall be provided at center of pillar to mark location of E-Tender for Topographical Survey Work Page 52

53 traverse station. Top of control point shall suitably be projected above adjoining ground level. Each control point shall be painted to mark its number. It is deemed that cost of control points is included in items of BOQ. No extra payment shall be made on this account. Control points shall be maintained until survey is taken over by RITES. 1.4 Densification of Horizontal Control using Total Stations For densification of horizontal control, the contractor shall use Total Station equipment of LEICA/TRIMBLE/NIKON/SOKKIA/TOPCON make. The Total Station shall be of 1 (one second) accuracy as per DIN standard. Total Stations of 300 and 200 series of TOPCON make are not permitted for traverse work. Horizontal control shall be established by running a closed traverse on DGPS control marks (RCC pillars/permanent structures) along the corridor using Total Stations of 1 accuracy (as per DIN standards). The contractor shall submit a calibration certificate from the manufacturer or his authorized service agent for the total station equipment. The date of calibration certificate shall not be earlier than 3 month from the date of start of work Before starting the survey, a quick reconnaissance survey of the area shall be carried out to determine the following: a. Nature of terrain; b. Suitable location for fixing traverse stations; c. Suitable location for fixing temporary bench marks. Traverse stations shall be established on firm ground and at such locations so that maximum area of topography can be covered. The traverse stations shall be as close to the alignment as possible. The maximum distance between two main traverse control points will not be more than 200 mtrs and minimum distance maintained will be 100 mtr. Minimum 6 traverse stations shall be established in each kilometre as per site requirement in consultation with RITES engineer. Traverse control points established by total station shall be made of cement concrete of M-15 (1:2:4), rectangular in shape and size of 150x150x400mm. A mild steel rod of 10mm dia and 350mm long shall be provided at centre to mark location of traverse station. Top of control pillars shall be suitably projected above adjoining ground level. Each control points shall be painted to mark its number. It is deemed that cost of control pillars is included in items of BOQ. No extra payment shall be made on this account. Control pillars shall be maintained until survey is taken over by RITES Length of traverse would be around 2 km (in one direction). The contractor shall use tribrach only (use of plumbing pole will not be acceptable) for accurate work and observe back and foresight traverse readings. Traverse lines shall be run by measuring distances and bearings including angles between traverse stations in both faces (left and right) and mean of two may be adopted Contractor shall compute angular closing error of the traverse followed by linear error. Limits of both errors are defined below: E-Tender for Topographical Survey Work Page 53

54 Type of Traverse Angular error of closure Total linear error of closure Total Station Traverse for horizontal control and for important and accurate surveys 6'' N N = Number of angles measured 1 in 50,000 (after angular adjustment) The error within above permissible limits of traverse lines shall be balanced by Transit Method and got approved by RITES Engineer-in-charge. In case, the errors are beyond the above permissible limits, the traverse surveying shall be carried out again to ensure correctness of traversing The contractor shall supply adjusted ground coordinates (northing and easting) of all control marks along with raw observations downloaded from the Total Station, calculation sheet and description of all control marks in MS-Excel worksheet. The co-ordinates of all control marks shall be with respect to the co-ordinate system of GPS control marks established for main route alignment. Coordinates of control points fixed by total station should normally match the coordinates of control points fixed by DGPS (after applying factors to convert grid coordinates to ground coordinates), within the permissible error as indicated in para In that case, contractor may be required to adjust the error with reference to DGPS control points by transit method. In case, the coordinates do not match within the permissible error, the Engineer will issue suitable instructions regarding the control points to be used for further work Closing of traverse, error and distribution of error shall be submitted to RITES by the contractor. The vertical control should be planned in tandem with the traversing work After submission of final co-ordinates values, RITES engineer may carry out suitable RANDOM CHECK for horizontal control in the field. The contractor has to provide all required men, equipment, and other logistical arrangement for this field check. Cost of this checking is included in the rates of traversing and no extra payment will be made on this account. This checking can be done in patches also. 1.5 Establishment of Vertical Control For leveling work, the contractor shall use Auto Level/Digital Level equipment of Sokkia/Leica/Nikkon/Trimble. Auto level/digital level must be duly calibrated from the manufacturer or his authorized agent before use on the project. The date of calibration certificate shall not be earlier than 03months from the date of start of work The contractor will carry the level of existing GTS bench marks and fix new permanent bench marks at important and safe locations (where they cannot be disturbed) such as bridge, temples, etc. at an interval of about 500mtralong the alignment at a lateral distance of about 50m from it. If permanent structures etc. are not available in this corridor, these benchmarks shall be left on permanent pillars erected for the purpose, of sizes as specified in para of Section 5. E-Tender for Topographical Survey Work Page 54

55 1.5.3 Vertical control shall be established by running a double tertiary level line on GPS control marks (RCC pillars/permanent structures which will act as temporary bench marks for vertical control as well) along the corridor using Auto level/digital level. The contractor shall close leveling work on daily basis and find out closing error. Closing would mean that leveling work shall be started from a known point (first point) and closed at a known point (or the first point where known points are not available) Closing error of daily loop closure should not exceed 6 K mm, where K is the circuit length in kilometre. In case, accuracy of daily loop closure exceeds the limits defined above entire loop should be repeated till desired accuracy is achieved Then, level line shall be connected with available GTS bench marks of Survey of India (SOI) preferably at both the ends as well as en-route. Closing error with reference to SOI GTS bench marks would be computed and adjusted, if required. Accuracy limits for this closing also is same as for daily loop closure i.e. 6 K mm The contractor will connect new permanent benchmarks and other references established by him with the help of Total Station also. The records for establishment of Bench Marks by leveling instrument as well as connection of the same by Total Station shall be properly maintained for verification at a later date. The contractor will compile and supply detailed sketches, list of benchmarks, and their descriptions, identification numbers, northing, easting and elevation (above Mean Sea Level) with reference to the reference frame of the control points Contractor shall supply adjusted reduced levels of all control marks along with raw observations, calculation sheets &description of each control mark in MS Excel worksheet After submission of final TBM values, RITES engineer may carry out suitable RANDOM CHECK for Vertical control in the field. The contractor has to provide all required men, equipment, and other logistical arrangement for this field check. Cost of this checking is included in the rates of traversing and no extra payment will be made on this account. This checking can be done in patches also. E-Tender for Topographical Survey Work Page 55

56 Section - 6 DRAWINGS E-Tender for Topographical Survey Work Page 56

57 List of Drawings Tentative Corridors: Corridor1 : Corridor2 : Shyam Nagar to Sooba Bazar via GorakhnathMandir-Railway Station (18 Km) Transport Nagar to Jukshan Enclave via Medical College-Gol Bazar-Railway Station (12 Km) TENTATIVE GORAKHPUR MRTS CORRIDORS E-Tender for Topographical Survey Work Page 57

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

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

More information

RITES LIMITED E-BID DOCUMENT

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

More information

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

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

More information

RITES LTD. TENDER DOCUMENT

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

More information

RITES LIMITED E-BID DOCUMENT

RITES LIMITED E-BID DOCUMENT RITES LIMITED E-BID DOCUMENT For PROVIDING SECURITY SERVICES FOR RITES OFFICE AND RESIDENTIAL PREMISES AT GURGAON & DELHI REGIONS TENDER DOCUMENT INSTRUCTIONS TO BIDDERS, SCOPE OF WORK AND PREQUALIFYING

More information

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

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

More information

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

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

More information

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

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

More information

RITES LIMITED (A Government of India Enterprise)

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

More information

BHARTIYA RAIL BIJLEE COMPANY LIMITED (BRBCL)

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

More information

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

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

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

More information

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY (IGNOU) NEW DELHI

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

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

More information

EASTERN COALFIELDS LIMITED

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

More information

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

More information

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

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

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

More information

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

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

More information

AMENDMENT NO. -2 DATED

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

More information

The last date for submission of the bids is at

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

More information

National Institute of Fisheries Post Harvest Technology & Training

National Institute of Fisheries Post Harvest Technology & Training 1 भ रतसरक र/Government of India क ष म त र ऱय/Ministry of Agriculture पश प ऱनग यरवनर मय यप ऱनषरभ ड Deptt.of Animal Husbandry, Dairying & Fisheries र ष ट रवयम त सय यक प टह रव टप र द य गडक तथ प रशश णस थ न

More information

MEJA URJA NIGAM PVT. LIMITED

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

More information

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

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

More information

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC) TENDER DOCUMENT NO: PSER:HRM:PEST CONTROL:14 VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC) PEST AND RODENT SERVICES AT BHEL PSER EHQ, GOLF GREEN TRANSIT FLAT, MONOHARPUKUR HOUSING COMPLEX & CIC BUILDING

More information

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

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

More information

Supply and Installation of A3 Size Scanner

Supply and Installation of A3 Size Scanner O/o PRINCIPAL CHIEF CONSERVATOR OF FORESTS MADHYA PRADESH FOREST DEPARTMENT (Information Technology Wing) Satpura Bhawan, BHOPAL 462004 (MP) Phone no. 0755-2674302 Fax no. 0755-2555480 www.mpforest.gov.in

More information

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

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

More information

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

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

More information

Standard Bid Document

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

More information

NOTICE INVITING TENDER (e-tender)

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

More information

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

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

More information

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

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

More information

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

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

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 TENDER FOR SUPPLY OF CEILING AND EXHAUST FANS AT UDYAN BUILDING AT NAPEAN

More information

COMMERCIAL TERMS AND CONDITIONS

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

More information

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018 TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018 NOTICE INVITING TENDERS Director, IITH invites sealed tenders

More information

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

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

More information

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

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

More information

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

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

More information

NLC TAMILNADU POWER LIMITED

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

More information

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE GOVERNMENT OF KARNATAKA BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE 560002 BID DOCUMENT FOR PEST CONTROL AT BMCRI- SUPER SPECIALITY

More information

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI NATIONAL INSTITUTE OF FASHION TECHNOLOGY (A Statutory body governed by the NIFT Act 2006 and set up by the Ministry of Textiles, Govt. of India) NIFT/DC/PO/603/Router Machine/F&LA/2018 E-TENDER DOCUMENT

More information

GOVERNMENT OF KARNATAKA

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

More information

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

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

More information

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi 1/6 SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi - 110201 Last date for submission of Tender is 07 th February, 2019 upto 03:00 p.m. F. No.102/PP/19/SCI(AM) Dated the 17 th January,

More information

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

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

More information

Notice for inviting Tender for hiring of vehicle

Notice for inviting Tender for hiring of vehicle Government of India Office of the Commissioner, Central Excise & Service Tax (Audit) :: Patna 3 rd Floor, Central Revenue Building (Annexe), Birchand Patel Path, Patna - 01 Notice for inviting Tender for

More information

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

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

More information

AND WHEREAS the Contractor is bound by the said Contract to submit to CLIENT a Performance Security for a total amount of

AND WHEREAS the Contractor is bound by the said Contract to submit to CLIENT a Performance Security for a total amount of Annexure - 2 FORMAT OF PERFORMANCE SECURITY BANK GUARANTEE This deed of guarantee made this day of between Bank of (hereinafter called the Bank ) of the one part, and UPRNN (hereinafter called CLIENT )

More information

vf[kyhkkjrh; vk;qfozkkulalfkkuk

vf[kyhkkjrh; vk;qfozkkulalfkkuk Notice Inviting Quotations vf[kyhkkjrh; vk;qfozkkulalfkkuk अध ण अ भय त क य लय व य एव प रव र क य णम लय प रय जन स ल स क त नगर, भ प ल 462020 द रभ ष :0755-2900697 (O) Email: se@aiimsbhopal.edu.in On behalf

More information

PEC University of Technology, Chandigarh

PEC University of Technology, Chandigarh PEC University of Technology, Chandigarh To Memo No. PEC/DDO/SO/SKG/10296-317 Dated: Chandigarh the: 26.04.2016 Subject: Limited Tender. Limited tenders are hereby invited in respect of purchase of printing

More information

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR ELECTRICAL MAINTENANCE & ALLIED SERVICES at PROTITI,

More information

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

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

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

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

More information

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE Employees State Insurance Corporation Model Hospital, PGIMSR & MEDICAL COLLEGE (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/23528611 Fax: 080-23325130

More information

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m. HOSTEL SECTION RE-TENDER PAPER Hostel No. / 302 /2017-18 TENDER Name of work Name of Bidder : Tender Fee Annual Maintenance Contract for Water Purifier at the Hostels : of SVNIT, Surat :Rs.1000=00 Issue

More information

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

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

More information

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 FOR PROVIDING CONSULTANCY SERVICES FOR MASTER PLAN FOR THE ESTABLISHMENT OF MEDICAL DEVICES PROJECT AT THONNAKKAL, THIRUVANANTHAPURAM

TENDER FOR PROVIDING CONSULTANCY SERVICES FOR MASTER PLAN FOR THE ESTABLISHMENT OF MEDICAL DEVICES PROJECT AT THONNAKKAL, THIRUVANANTHAPURAM TENDER FOR PROVIDING CONSULTANCY SERVICES FOR MASTER PLAN FOR THE ESTABLISHMENT OF MEDICAL DEVICES PROJECT AT THONNAKKAL, THIRUVANANTHAPURAM JANUARY 2018 HITES (A FULLY OWNED SUBSIDIARY OF HLL LIFECARE

More information

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly BANK OF BARODA Regional Office 129-D, Civil Lines Bareilly TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION LAST DATE OF SUBMISSION : 08.01.2014 TECHNICAL

More information

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

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

More information

SUPPLY OF MEDICINAL GASES FOR THE YEAR

SUPPLY OF MEDICINAL GASES FOR THE YEAR GOVT. MEDICAL COLLEGE & ASSOCIATED HOSPITALS JAMMU Name of the Group: SUPPLY OF MEDICINAL GASES FOR THE YEAR 2015-16 STANDARD BIDDING DOCUMENT E-TENDER NOTICE 08 OF 2015 P U R C H A S E C O M M I T T E

More information

PQ Value No. Tender(Rs) (Rs.)

PQ Value No. Tender(Rs) (Rs.) NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE(Two Cover System) DT.26.09.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"

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

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

SUMMARY SHEET ADDENDUM-1

SUMMARY SHEET ADDENDUM-1 Tender CS31: Independent Checking of Control Table of Train Control & Signalling System of Phase-III. SUMMARY SHEET ADDENDUM-1 S. No Tender Document Page No. Clause No. / Item No. Addendum / Corrigendum

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

BID - I PRE-QUALIFICATION BID TENDER COST & EMD

BID - I PRE-QUALIFICATION BID TENDER COST & EMD BID - I PRE-QUALIFICATION BID TENDER COST & EMD Proposed Construction of DO-II cum Investment Building at Plot-I, Sector-5, Pratap Nagar, Sanganer, Jaipur E- Tender for Builder s Work, Water supply, Sanitary

More information

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1 PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1 NARAINA NEW DELHI APPLICATION FOR EMPANELMENT OF ARCHITECT/ ARCHITECTURAL FIRM Application reference no: - PSB/ZO/GA/EA/01/2017 LAST

More information

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

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

More information

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

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur Tender For Server hosting CPMS and other applications At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : 08 th December 2017 NIT No. : Pre-Bid Meeting : 18 th December 2017 at 03:15 PM

More information

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking) PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking) CIN: U15511PY1971SGC000113 RS No. 144 & 145, Ariyapalayam, Tel: 0413-2666844 / 2667578 Villianur, PUDUCHERRY, 605 110. Fax: 0413-2661556.

More information

BALMER LAWRIE & CO. LTD.

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

More information

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

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR Ref. No.: ZO:CSD:PP:2013-14: Date: 13/08/2013 TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR Sealed item rate tenders are invited for Interior works on behalf of

More information

LIMITED E TENDER FOR EPOXY-CUM POLY URETHANE PAINTING OF 18 NOS OF YDM4 LOCOMOTIVES AT DIESEL LOCOMOTIVE WORKS (DLW), VARANASI

LIMITED E TENDER FOR EPOXY-CUM POLY URETHANE PAINTING OF 18 NOS OF YDM4 LOCOMOTIVES AT DIESEL LOCOMOTIVE WORKS (DLW), VARANASI LIMITED E TENDER FOR EPOXY-CUM POLY URETHANE PAINTING OF 18 NOS OF YDM4 LOCOMOTIVES AT DIESEL LOCOMOTIVE WORKS (DLW), VARANASI TENDER NO. RITES/EXPO/RT560-00007/PROC/PU PAINTING/1605 (A Government of India

More information

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED Name of the Tender: Empanelment of Fire Fighting System Contractors General Information UTI Infrastructure Technology And Services Limited (UTIITSL) advertises

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

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

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

More information

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036 ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036 SUPPLYING & LAYING OF POLYSULPHIDE SEALANT WORKS IN PACKAGE.- II & III AT HAL, NASHIK. TENDER INVITED BY

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

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

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

More information

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

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

More information

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

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

More information

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF WOOLLEN SWEATER TO SCHOOL CHILDREN IN HILL STATIONS IN TAMIL NADU ON ANNUAL RATE CONTRACT BASIS FOR THE

More information

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

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

More information

REQUEST FOR PROPOSAL For Food Plaza for Leasing

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

More information

Aravali Power Company Private Ltd.

Aravali Power Company Private Ltd. ```````` Aravali Power Company Private Ltd. TENDER DOCUMENT FOR Supply, installation, testing & commissioning of S&T System in Y- connection in connection with construction of Railway siding work for APCPL

More information

Notice Limited Tender Enquiry

Notice Limited Tender Enquiry JAMIA MILLIA ISLAMIA Jamia Nagar, New Delhi-110 025 Ph: 011-26982759 Notice Limited Tender Enquiry NIT-38/Uniform-Gp-D/PICO/JMI/2017 Date:- 01/11/2017 Online bids are invited from reputed companies/authorized

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

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi - 74700 Phones: Fax: 99260211 99260212 99260213 99260203 99260208 Bidding Document Printing Of Examination Sensitive Material

More information

SECTION 1 NOTICE INVITING TENDER

SECTION 1 NOTICE INVITING TENDER SECTION 1 1.1 GENERAL 1.1.1 Delhi Metro Rail Corporation (DMRC) Ltd. invites sealed tender from limited tenderers for Overhauling of Drive Gear System of RS-2 Trains for Najafgarh Depot, Khyber Pass Depot

More information

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018 BHARAT SANCHAR NIGAM LIMITED (A GOVT. OF INDIA ENTERPRISE) OFFICE OF THE SUB-DIVISIONAL ENGINEER (CIVIL), BSNL CIVIL SUB-DIVISION, Rourkela, PH: 0661-2600454 NOTICE INVITING TENDER NIT ID No: 214-27 -18-03

More information

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ CSIR-CENTRAL ELECTRONICS ENGINEERING RESEARCH INSTITUTE (व ज ञ तथ प र द य ग क म लय / MINISTRY OF SCIENCE & TECHNOLOGY, रत सरक र/ GOVT. OF INDIA) व

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