CHIEF ENGINEER (TS) AGRA. Tender Specification No. T-27/ CE(TS) /16-17

Size: px
Start display at page:

Download "CHIEF ENGINEER (TS) AGRA. Tender Specification No. T-27/ CE(TS) /16-17"

Transcription

1 CHIEF ENGINEER (TS) AGRA Tender Specification No. T-27/ CE(TS) /16-17 FOR SUPPLY OF Stationary lead Acid Battery Set 110V/300 AH, 110V/200AH UTTAR PRADESH POWER TRANSMISSION CORPORATION LIMITED NEAR AMAR UJALA PRESS AGRA

2 INDEX 1. Tender notice 2. Special Instructions 3. Instruction to Tenderers & General Requirements of Specification 4. Schedules A to P 5. The Schedule of Quantities & Prices (Q) 6. The Schedule of Technical & Guaranteed Particulars (R) 7. Technical Specifications 8. General condition of contract Form-B

3

4 To Be confirmed with Tender Documents CHIEF ENGINEER (TS) AGRA UTTAR PRADESH POWER TRANSMISSION CORPORATION LIMITED NEAR AMAR UJALA PRESS AGRA We confirmed as under :- 1. The base date for variable prices as per IEEMA The clause 27 ( Price Reduction ) of Form B is acceptable without any change. 3. The clause 21 of Form B ( payment Terms) is acceptable without any change % performance Bank Guarantee shall be valid for maintenance period as per clause 30 of Form B 5. Arbitration clause 31 of Form B is acceptable without any change. 6. Delivery of material will be as specification. 7. All other terms and condition of Instruction of Tenderer, General Requirements of Specification and Form-B etc shall be acceptable. Signature of Tenderer with Seal NOTE:- Please furnish the above required confirmation without which your offer is liable to be passed over

5 mrrj izns k ikoj VªkUleh ku dkjiksjs ku fyfevsm EkksgjcUn fufonk;s vuqhkoh Bsdsnkjksa@ QeksZ ls tks O;kikjdj fohkkx esa iathd`r gks] fueufyf[kr lkeku dh vkiwfrz gsrq vkefu=r dh tkrh gsaa fufonk izi= bl dk;kzy; ls muds lkeus vfdar Ëkujkf k dk udn Hkqxrku dj fufonk [kqyus dh frffk rd cts rd izkir dh tk ldsxh ] tks mlh fnu dze k% cts [kksyh tk;sxh ¼fufonk Mkd }kjk izkir djus gsrq : vfrfjdr ns; gksxk½ Mkd }kjk fufonk izi= gsrq csd MªkQV vfëk kklh vfhk;urk fo qr ikjs k.k [k.m f}rh;] vkxjk ds i{k esa ns; gksxka fufonk dh /kjksgj jkf k tks mieq[; ys[kkfëkdkjh ¼ik0n0½] vkxjk ds uke esa caf/kr gksxh],ao tks dsoy,q-mh-vkj-@vh-mh-vkj-@lh-mh-vkj-@mh-vkj-@ vkfn ds :i esa eku; gksxh tek djuk vfuok;z gksxk vxj fufonknkrk }kjk csad xkjavh nh tkrh gs rks og Hkh mieq[;ys[kkf/kdkjh¼ik0n0½ vkxjk ds i{k esa gksuh pkfg;s,oa fufonk ds izfke Hkkx esa Ëkjksgj Ëkujkf k,ao f}rh; Hkkx esa njs vkfn kkfey gksxha fo k;xr fufonk izi= m0iz0ik0vªka0dk0fy0 dh csclkbv ij ls Hkh MkmuyksM dh tk ldrh gsa A MkmuyksM djus dh flfkfr esa fufonk ewy; csad MªkQ~V ds :i esa vf/k kklh vfhk;urk] fo qr ikjs k.k [k.m&f}rh; vkxjk ds i{k esa ns; gksxk tks fufonk ds lkfk vyx ls layxu djuk gksxk A fufonk ewy; ds vhkko esa fufonk ij fopkj ugha fd;k tk;sxk A fooj.k fueu izdkj gsa %& vyidkyhu fufonk la[;k] vkiwfrz dk fooj.k] [kksyus dh fnukad] Ëkjksgj jkf k] fufonk ewy; ds Øe Ik<k tk;s%& 1- fufonk la[;k Vh&25@eq0v0¼ik0n0½-@vk0@2016&17] ikjs k.k nf{k.k vkxjk ds vurxzr fofhkuu midsunzks gsrq fofhkuu jsf k;ks dh 33 ds0oh0 lh-vh dh vkiwfrz gsrq fnukad ] :0 50]000-00] : ek= ¼oSV lfeefyr½a 2- fufonk la[;k Vh&26@eq0v0¼ik0n0½-@vk0@2016&17] ikjs k.k nf{k.k vkxjk ds vurxzr fofhkuu midsunzks gsrq 36 ds0oh0 ih-vh dh vkiwfrz gsrq fnukad ] :0 30]000-00] : ek= ¼oSV lfeefyr½a 3- fufonk la[;k Vh&27@eq0v0¼ik0n0½-@vk0@2016&17] ikjs k.k nf{k.k vkxjk ds vurxzr fofhkuu midsunzks gsrq fofhkuu izdkj dh csvjh lsv dh vkiwfrz gsrq fnukad ] :0 40]000-00] : ek= ¼oSV lfeefyr½a 4- fufonk la[;k Vh&28@eq0v0¼ik0n0½-@vk0@2016&17] ikjs k.k nf{k.k vkxjk ds vurxzr fofhkuu midsunzks gsrq fofhkuu izdkj ds csvjh PkktZj,ao Mh-lh-Mh-ch dh vkiwfrz gsrq fnukad ] :0 20]000-00] : ek= ¼oSV lfeefyr½a 5- vyidkyhu fufonk la[;k Vh&29@eq0v0¼ik0n0½-@vk0@2016&17] fo qr ikjs k.k e.my >kwlh ds vurxzr 400 ds0oh0 midsunz mjbz gsrq fofhkuu izdkj dh ih-th- DysEi,ao VSU ku fqfvax dh vkiwfrz gsrq fnukad ] :0 20]000-00] : ek= ¼oSV lfeefyr½a 6- vfr vyidkyhu fufonk la[;k Vh&30@eq0v0¼ik0n0½-@vk0@2016&17] fo qr ikjs k.k [k.m Qrsgx< ds vurxzr 220 ds0oh0 iudh&esuiqjh ykbu ds folfkkiu dk;z gsrq,udj cksyv dh vkiwfrz gsrq fnukad ] :0 3]000-00] : ek= ¼oSV lfeefyr½a 7- fufonk la[;k Vh&31@eq0v0¼ik0n0½-@vk0@2016&17] ikjs k.k nf{k.k {ks= ds vurxzr eq[; vfhk;urk ¼ikjs0nf{k0½ vkxjk,ao miegkizcuëkd ¼ys[kk½ vkxjk ds dk;zy; gsrq mi;ksxkfkz QuhZpj (Reputed make) dh vkiwfrz,oa LFkkiuk gsrq fnukad ] :0 2]000-00] : ek= ¼oSV lfeefyr½a mi;zqdr fnukad dks vodk k gksus dh flfkfr esa fufonk;s vxys dk;z fnol dks [kskyh tk;sxh A v/kksglrk{kjdrkz ds ikl fdlh,d ;k lhkh fufonkvksa dks fcuk dkj.k crk, fujlr djus dk vf/kdkj lqjf{kr gs A eq[; vfhk;urk] ¼ik0n0½ fudv vej mtkyk izsl] ddjsbk jksm] vkxjk ^jk Vª fgr esa fctyh cpk;sa** mihkksdrk lsok gsrq leidz djsa& &&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&& mijksdr fooj.k gh izdkf kr fd;k tkuk gs fueu uke] inuke,oa eqgj dks izdkf kr ugha fd;k tkuk gsa ¼ v kksd ldlsuk ½ eq[; vfhk;urk ¼ik0n0½ fudv vej mtkyk izsl] ddjsbk jksm] vkxjk

6 GENERAL INSTRUCTION OF TENDERERS Tenders are requested to go through the instructions as given below:- Tenders shall be received in two parts, Part-I & part -II each part shall be in separate sealed envelop as here under:- 1. Tender Bid Part-I against specification No. T-27/ CE(TS) shall contain following 1.1 Tender Cost amounting Rs in favour of EE, ETD-II Agra. In case Tender cost not received or improper, Your Tender document will be outrightly rejected (a) Earnest Money Amounting Rs 40, in the form of CDR/FDR/TDR/D.D payable at Agra in favour of Dy. Chief Account Officer (TS) Agra the Earnest money will be kept in sealed envelop clearly indicating on Top of envelop The Earnest Money (b) In case Earnest Money is insufficient or not in favour of competent Authority, the Tender will be rejected without assigning any reason. No other documents enclosed with Tender will be further entrained. 1.3 Part I will also contain (a) Technical Details (b) Experience details (c) Performance certificates (d ) Detail of Manufacturing capacity if any After fulfilling requisite Part I condition, Part-II will opened on same day or later as decided by Engineer. 2. Tender Bid Part-II, shall contain the actual rates quoted for execution of the work or for supply of material along with other terms and conditions to be kept in separate envelop subscribed on top of the envelop as Tender Bid Part-II (Prices) against specification No. T. -27/ CE(TS) Complete Tenders shall be received upto Hrs on in the office of Chief Engineer, Transmission South Agra and shall be opened by him or by his authorized representative at Hrs. publicly on the same day. 4. In case of tender cost Earnest Money not being attached witht tender bid part-i, Part-II ( Prices ) shall not be opened. 5. Earnest Money should only be submitted in the form as mentioned. In the form other than mentioned shall be rejected. 6. The tender should be reputed electrical contractor & should have sufficient experience of execution of different electrical works and supply of material. He can enclose documents or give list of Division and order No. etc. in support of his experience. 7. The tender document once submitted shall not be returned back 8. The quoted rate should be firm for at least 120 days. No price escalation shall be allowed 9. Tender without tender specification shall not be accepted. 10. Any over writing/cutting in the tender should be duly signed and stamped otherwise tender is liable to be rejected. 11. The tenderer should submit latest/up to date income tax clearance certificate. 12. Postal delay in timely submission of tender shall be contractor s responsibility. 13. Rates as mentioned in bill of quantity be only quoted. It should be F.O.R. destination as mentioned in the bill of quantity. 14 Conditional tender is likely to be not accepted. 15. Sales Tax registration No. should be quoted in the bid. Without sales tax registration the tender is liable to be rejected. 16. Any departmental or political pressure for acceptance of tender shall make it liable to its rejection. 17. All disputes arising out of or relating to the subject matter of this tender shall be subject to the jurisdiction of local courts of Agra and High Court of Judicature at Allahabad only. 18. Other terms and condition shall be governed by General Terms and conditions as contained in Form A for works and in Form B for supply of U.P.P.T. C.L. 19. The undersigned reserve the right to cancel one tender or all the received without assigning any reason thereof.

7 I INSTRUCTION TO TENDERERS Clause No. Description 1.1 Preparation of Tender 1.2 Pre-qualifying Condition 1.3 Submission of Tender 1.4 Validity 1.5 Price & Price Structure 1.6 Evaluation of Tender 1.7 Splitting of order 1.8 Award of Contract 1.9 Income Tax and Sale Tax Clearance Certificate 1.10 Deviation 1.11 Canvassing 1.12 Court of Competent Jurisdiction 1.13 Arbitration Clause 31 of Form B II - GENERAL REQUIREMENT OF SPECIFICATION Clause No. Description 2.1 Scope 2.2 Standards 2.3 Project Data 2.4 System Particulars 2.5 Erection Supervision 2.6 Drawings and manuals 2.7 Raw material 2.8 Testing and inspection 2.9 Spare Parts 2.10 Production Schedule & Progress Report 2.11 Packing & Dispatch of Equipment 2.12 Rejection 2.13 Mode of Dispatch 2.14 Insurance 2.15 Terms of Payment 2.16 Foreign Exchange 2.17 Delivery 2.18 Deviations from Specification 2.19 Performance Guarantee 2.20 Quantity 2.21 Training of Engineers 2.22 Penal Charges

8 SCHEDULES Schedule A : Tender Form Schedule B : Prequalification details of the offer Schedule C : Declaration Schedule D : Performa for joint undertaking by the collaborator/associate and the tenderer Schedule E : Schedule of general particulars Schedule F : List of drawings and literature enclosed with the tender Schedule G : Deviations from technical specification and its Price incidence Schedule H : Deviations from Instruction To Tenders and Its price incidence Schedule I : Deviations from General requirements of Specification and Its price incidence Schedule J : Deviations from General Condition of Contract Form A/B and its price incidence Schedule K : List of recommended spare parts and their prices Schedule L : List of recommended special tools & tackles and its prices. Schedule M : List of recommended test sets & testing Instruments and their prices Schedule N : Rates of supervision charges of erection & Commissioning engineer Schedule P : Schedule of quoted guaranteed delivery Schedule Q : Schedule of quantities & Prices Schedule R : Schedule of Technical Particulars

9 1. INSTRUCTIONS OF TENDERERS 1.1 PREPARATION OF TENDER : Before Submission, of the Tender, the Tenderers are required to make them selves fully conversant with the technical specifications, Drawings, Special Instructions to Tenderer, Instruction to Tenderer, General Requirement of specification including schedules and General Condition of Contract of Form A/B as may be applicable so that no ambiguity arises at a later date in this respect Any inconsistency or ambiguity in the offers made by the tenderer shall be interpreted to the maximum advantage of UPPTCL and disadvantage to the tenderer. The tenderer shall have no right to question the interpretation of the Purchaser in all such cases and the same shall be binding on the tenderer The tender should be prepared and submitted strictly in accordance with the instruction contained in these specifications. The tender shall be complete in all respects. Tender must be submitted in the manner specified on the attached prescribed schedules and /or copies thereof. To complete the proposal, the tenderer must fill the tender form, declaration, all schedules and data sheets, annexed with the specification item by item in accordance with the instructions and notes supplementary thereto. The interpolations, insertion, cutting and corrections made in the tender offers should be duly initialed by the tenderer Each Tenderer shall supply the data required sheets annexed with the specifications by typing appropriate places against each item to facilitate preparation of comparative statements. These sheets must be properly signed by authorized representative of the tenderer /manufacturer testifying the data submitted. All schedules must be duly filled in and shall be enclosed with each copy of the tender. In case the Tenderer does not supply any of the required information at the time of tender, necessary loading may be made while evaluating the prices of his offer without giving him any further opportunity to supply or clarify the same. The Tenderers are notified that in case the required information are not furnished in the specified proforma / schedules attached with the specification, the Purchaser shall not be responsible for any error in the evaluation of their tenders on this account, Further the failure to comply with this requirement may result in the rejection of the tender at the discretion of the purchaser A set of technical, descriptive and illustrative literature along with drawing must accompany each copy of the tender so that a clear understanding of the equipment offered is obtained. The tender sent by post must be posted by registered Post A/D sufficiently in advance so as to reach the Purchaser by the scheduled date and time of submission of tender. Any tender received after the date and time of submission even on account of postal delay shall not be opened. The tenderers are, therefore,requested to ensure in their own interest that the tenders are delivered in time. Telegraphic Tenders shall not be considered under any Circumstances. 1.2 PREQUALIFYING CONDITIONS : Tenders meeting the following conditions only will be considered QUALIFICATION OF TENDERER : a) The tenderers shall either themselves be manufacturers of the equipments offered or accredited representatives of such manufacturers in India or of their Principals abroad with whom they may be having collaboration. Such accreditation should be at least of one year on date of tendering. b) Relevant documents in support of the above must be furnished along with undertaking of the manufacturer, if these document are not furnished along with the tenders, the offer will be liable to be rejected summarily (A) OPERATIONAL EXPERIENCE: Offered equipment should have given three years proven trouble free operational service in tropical climate. However, in case of equipment being manufactured in India under valid FOREIGN COLLABORATION, operating experience in tropical climate of offered collaborator s equipment, shall also be acceptable provided copy of valid collaboration agreement for the equipment offered, is submitted with the tender. Further in case of offer of imported equipment, the three years operating experience will be considered in respect of those areas only which are similar to the tropical conditions prevailing in India. (B) MANUFACTURING EXPERIENCE :

10 The indigenous manufacturers or their foreign collaborator must have manufactured at least 20% of the specified quantities of each item of identical or similar equipment TESTING FACILITIES : The tenderer must have all necessary facilities at their works for carrying out such routine and acceptance tests as prescribed in the relevant ISS and any other routine and acceptance test as specified in the specification. Documentary evidence of existence of such facilities will be filled along with the tender (A) TYPE TEST FOR INDIGENOUS BIDS OR FULLY IMPORTED BIDS: The offered equipment must have been fully type tested as per relevant ISS and / or any other specified international standards, during the last 5 years period to be reckoned from the date of opening of tender, Photo copy of such type test reports/ certificates must be submitted along with the tender bid. The type test certificates of proto type manufactured and tested by foreign collaborators of the tenderers at their works shall not be acceptable for indigenously manufactured equipment. (B) FOR BIDS UNDER (A) i) The offered indigenously manufactured or collaborator s manufactured equipment should have been type tested and report submitted with the tender. ii) The collaborator s equipment shall have three years operating experience under tropical climate For those indigenous manufacturers who have neither manufactured 20% quantity indigenously nor got their equipment type tested but are qualifying because of their foreign collaborator s manufacturing experience and type testing, the maintenance period shall be 54 months from the date of receipt of material at site or 48 months from the date of commissioning, which ever is earlier, instead of 18 months & 12 months respectively as provided under clause 30 of Form B The purchaser at his discretion may consider to award a trial order for small quantity to those bidders who have proven design & meet the requirements of Clause & (A) Such suppliers shall continue to be eligible for trial order under this clause till their equipment has given three years trouble free operational service except for new transformer oil for which one year trouble free operational service against trial order will suffice for regular orders DATE OF CONSIDERATION : The above cited experience and manufactured quantities shall be counted as on the date of opening of the tender. All statements and claims should be duly supported by authenticated copies of documents without which the tender is liable to be rejected summarily. 1.3 SUBMISSION OF TENDER : The tenderer shall submit his tender in single copy in two separate parts. Each part shall be kept in double cover, inner one being sealed. I) TENDER BID PART-I This part shall contain the earnest money, technical and commercial particulars pre-qualifying details of tender, quantity and delivery offered. The cover containing this part of the bid shall be super scribed Tender BID part-i (Earnest money, Technical, Commercial and pre-qualifying details, and requirement as required in point 2 of Special instructions to Tenderers etc.). II) TENDER BID PART -II This part shall contain prices only and the cover containing this part shall be super scribed Tender Bid part-ii (PRICES).The envelopes of both the parts shall be kept in another envelope which shall also be sealed and super-scribed on top, as under: Tender for supply of various type Battery set against specification No. T-27 CE(TS)/16-17 due for opening on date TENDER BID PART I (EARNEST MONEY, TECHNICAL, COMMERCIAL AND PREQUALIFYING DETAILS ETC.) Tenderers required to deposit earnest money as specified Rs. 40, for full tendererd quantity in favour of Dy. Chief Account Officer (TS) Agra. In case, any tenderer wishes to quote for lesser

11 (a) (b) quantity, the amount of earnest money may be reduced proportionately. In case, any tenderer deposits earnest money of a lesser amount, his offer shall be considered for the proportionate quantity only unless specified otherwise in the special instructions, earnest money shall be accepted in any of the following forms only. Bank Draft drawn in favour of the officer specified in tender notice. OR Bank Guarantee from a scheduled Bank In India, executed on a non-judicial stamp paper worth Rs. 100/- as per U.P Stamp Act, on the specified proforma appended with form B ( only applicable when amount of earnest money exceeds Rs. 5,000/-) Any deviation from or addition to the text of the specified proforma of bank Guarantee shall render the bank guarantee invalid for the purpose of opening of tender bid part II Offers without earnest money shall not be considered under any circumstances Besides the Earnest money, other relevant information s and the following documents, duly filled in must also accompany the tender bid part-i. 1. Schedule A: Tender Form 2. Schedule B: Document regarding Pre-qualifying details of the tenderer. 3. Schedule C: Declaration 4. Schedule D: Proforma for joint undertaking by the collaborator/ Associates with tenderer 5. Schedule E: General particulars 6. Schedule F: List of drawings and literature enclosed with the tender 7. Schedule G: Schedule of Deviations from Technical specification. 8. Schedule H: Schedule of Deviations from Instructions to Tenderers. 9. Schedule I: Schedule of deviations from General requirements of Specification. 10. Schedule J: Schedule of deviations from General Condition of Contract Form A/B. 11. Schedule K: List of recommended spare parts for five years. 12 Schedule L: List of recommended special tools & tackles. 13. Schedule M: List of recommended test sets & testing Instruments. 14. Schedule N: Terms & conditions of supervision of erection & Commissioning. 15. Schedule P: Schedule of quoted guaranteed delivery. 16. Schedule Q: Schedule of offered quantity. 17. Schedule R: Guaranteed Technical Particulars 18. Complete technical details, specification and literature of the equipment offered. 19. Income Tax Clearance TENDER BID PART II (PRICES) Only the prices and the following documents duly filled in must accompany tender bid part-ii. 1. Schedule G: The Price incidence of schedule of deviations from Technical specifications. 2. Schedule H: The Price incidence of Schedule of Deviations from Instruction to Tenderers. 3. Schedule I: The Price incidence of Schedule of deviations from General requirements of Specification. 4. Schedule J: The Price incidence of Schedule of deviations from General Condition of Contract Form A/B. 5. Schedule K: The prices of recommended spare parts for five years. 6 Schedule L: The prices of recommended special tools & tackles. 7. Schedule M: The prices of recommended test sets & testing Instruments. 8. Schedule N: Rates of supervision of Erection and commissioning. 9. Schedule Q: Schedule of quantity and Prices On the date of tender opening at appointed time, part I of the tender shall be opened publicly in the presence of authorized representatives of the tenderers. The date and time of opening of tender part-ii shall be intimated separately, later on.

12 1.3.5 Any action on the part of the tenderers to revise the prices and / or change the structure of price (s) at his own instance after the opening of the tender may result in rejection of the tender and/or debarring the tenderer for participation in purchase by the Corporation for one year in first instance. 1.4 VALIDITY The tenders shall be valid for a period of six (6) calendar month from the date of opening of the tender or any extended date of opening. Tender with lesser validity are liable to be rejected. 1.5 PRICE & PRICE STRUCTURE: The equipment shall be installed at different places in U.P. hence the tenderer must quote F.O.R Destination prices of all the items (along with F.O.R. works prices) for dispatch to any Railway Station in U.P. The unit F.O.R destination price shall comprise of the following components. (a) Ex work price (b) Packing and forwarding charges. (c) Freight (d) Transit insurance charges against all risks (e) Insurance charges for 45 days storage after receipt of equipment at destination store / sub-station against all risks. The Tenderers must clearly specify these components individually besides the F.O.R. destination prices TAXES & DUTIES : The prices quoted should be exclusive of all taxes, duties, octroi charges etc, which will be paid at actual on production of relevant original vouchers. However the tenderers must indicate the rates of various taxes/ duties livable, as on the date of tender opening, on various price components as given in price schedule. Form C will be obtained by the contractor from the concerned consignees. In no case form C will be demanded through bank PRICE VARIATION : The tenderers are required to quote variable price only without ceiling limit on either side unless specified otherwise, under Special Instructions to Tenderers. The price variation shall be admissible as per the latest relevant IEEMA price variation formula as applicable for the equipment (of the tendered capacity and rating). The ruling date of basic prices of raw materials published in IEEMA circular shall be the date as on first working day of the calendar month, one month prior to the date of tendering. The tenderer shall furnish the photo copy of the IEEMA Circular of Basic rates of raw materials and the latest IEEMA price variation clause as applicable along with tender bid part-ii. In case, there is no IEEMA prices variation clause for the said equipment, the price variation formula as given under Special instructions of Tenderers. shall be applicable. No other price variation formula shall be accepted under any circumstances The Price variation shall be allowed on Ex-works prices only for the contractual delivery period The component of packing and forwarding, freight and insurance charges shall remain FIRM in all respects throughout the currency of the contract Tenderer shall quote FIRM prices only, for the spare parts, type tests, service charges for erection and commissioning of the equipment No price variation shall be claimed against documents to be negotiated through bank Bank charges, if any, for documents to be negotiated through bank, shall be borne by the tenderer In the event of dispatch of equipment beyond contractual delivery period, the claims shall be raised only after allowing for the due price reduction as per provisions of the order PRICE FALL BACK: If the quantity of the equipments ordered under the specification remains unsupplied within scheduled / contractual delivery period and up to the finalization of the new tender and price of the equipment falls in new tender, than the tenderer will reduce the price of the equipment to the level of new tender price and if they fail to do so, previous unsupplied tender quantity will be cancelled without prejudice. 1.6 EVALUATION OF TENDER : In comparing tenders and making awards, the purchaser may consider such factors as, compliance with specification, relative quality and adaptability of suppliers or services, experiences, record of integrity in dealing, ability to furnish repairs and maintenance service, the time of delivery, capability to perform, and available facilities such as adequate shops, equipment plant, technical organization etc In case prices of some items are given in lump-sum, where unit prices are required, purchaser reserve the right to evaluate unit price on the basis of the quoted lump-sump prices.

13 1.6.3 In case, where a tenderer does not quote F.O.R. destination price asked for, their quoted unit prices shall be loaded by appropriate additional factors on Ex-work prices as below. a) Packing 0.75 % (b) Forwarding 0.25% c) Freight for Ist 2% (d) Freight for every next 250Km. or part 0.5% thereof (For this purpose distance shall be taken from supplier s station to Lucknow and in case, the distance is less then 500 Km. loading shall be done for a minimum distance of 500Km.) e) Transit 0.5% f) Insurance for 45 days storage after receipt of equipment at destination 0.5% No payment prior to dispatch of materials shall be made by the Corporation under any circumstances. Tenderers are advised not to ask any such advance payment. Request for such advance payment will not be considered even if the tenderers are willing to pay interests charges thereon. Tenderers asking for advance payment are liable to be rejected The ruling date of basic prices of raw materials for the price variation purposes shall be same for all the offers (as specified in Clause No of these instructions). In case, it is prior to the notified date, the quoted Ex-works prices shall be brought as per IEEMA formula. However, no loading shall be considered for dates mentioned beyond notified date Any rebate/discount linked with quantity, terms of payments in any conditions shall not be considered for the purpose of evaluation and comparison of such offers vis-à-vis others. However, the same may be availed while placing order with such successful Tenderers If the tenderer fails to quote price for any of the item(s) /component(s) as asked for or confirm its supply free of cost, the highest prices as quoted by other tenderer for the same shall be added to arrive at F.O.R. destination computed prices of such tenderer for comparison purpose only The prices shall be compared inclusive of excise duty & VAT Loading on any account as may be deemed necessary in the opinion of the Purchaser to bring the various offers at par to each other for comparison purposes, may be done at the discretion of the Purchaser. 1.7 SPLITTING OF ORDER : The purchaser reserves the right to split the order among various tenderers in any manner chooses without assigning any reason. 1.8 AWARD OF CONTRACT : The purchaser is not bound to accept the lowest tender and may reject any or all the tenderers, without assigning any reason The successful tenderers, if required to do so, may have to enter into a contract agreement with the purchaser as per General conditions of form A/B and other special conditions attached with the tender specifications For signing the contract a duly authorized representative of the successful tenderer shall be required to sign and accept the contract at Agra at a reasonable notice Tenderers shall ensure to put initials on each and every page of the tender. Last page of each document forming part of the tender shall bear full signature under official seal fully disclosing the name, designation and relationship with the firm of the signatory. In case of a partnership concern, the tender may be signed by all the partners of the firm or by one of them holding power of attorney (copy to be furnished along with the offer).in case of Corporation/Companies, tender may be signed either by the President or Secretary or any other person authorized to tender in the legal name of corporation / company (copy of such authority to be furnished along with the offer). Besides, the tenderers shall also furnish the following information: i) Name, designation, profession with postal address of all the partners/directors and other person authorized to conduct business in respect of this tender. ii) Postal addresses of firm s works, Regd. Head Office, Sales office & Local office etc. iii) Names and postal address of their authorized local Representative/Liaison officers. 1.9 INCOME TAX AND SALE TAX/VAT CLEARANCE CERTIFICATE : The Tenderer shall furnish with the tender, Income Tax and Sale Tax/VAT Clearance Certificate of current as well as of the preceding year, from the competent authority.the Purchaser reserves the right to reject any tender, if income tax/sales tax /VAT clearance certificate are not furnished or the reasons for the tenderers inability to furnish such certificates, are not given in the tender DEVIATIONS :

14 The offer should be strictly in line with conditions, specification and other requirements maintained in this tender specification document. No deviations are permitted except under special circumstances should the tenderer wish to depart from the General requirements or Technical Specification or General Conditions of Contract Form A/B. In any way he must draw specific attention to such departure(s). All such deviations shall specifically be filled up in the relevant deviation schedule. If deviations are not specifically recorded in these schedules and submitted along with the tender document it will be presumed that there are no deviations and this interpretation will be binding upon the tenderer. Purchaser is, however, not bound to accept all or any deviations as mentioned in such schedules. Tenderers are also advised not to enclose their own standard or printed conditions for sale etc. as the same shall not be considered CANVASSING : No tenderer shall canvass any Corporation s official of the Engineer, with respect to his own or other s tender. Contravention of this condition will result in rejection of the tender. This clause shall not be deemed to prevent the tenderer from supplying to the Engineer any further information/clarification asked for, by the Engineer COURT OF COMPETENT JURISDICTION ; All disputes arising out of and touching or relating to the subject matter of agreement, shall subject to the jurisdiction of Local Courts of Agra and High Court of judicature at Allahabad only ARBITRATON CLAUSE 31 OF FORM B The following is deemed to be added at the end of the Para-1 in the Arbitration clause 31 of Form-B. In the case of refusal/neglect by such nominee, chairman UPPTCL may nominate another person in his place. SPECIAL NOTE: 1. No modification in price reduction clause No. 27 of contract Form-B, shall beaccepted i.e. broadly a price reduction of ½% per week subject to a maximum of 10% shall be applicable. 2. The payments beyond schedule delivery period will be made after reduction of the price considering the provisions of reduction clause depending on the delay. It would be possible to consider offers only if both the above conditions are acceptable. II GENERAL REQUIREMENTS OF SPECIFICATIONS 2.1 SCOPE: This specification covers design, manufacture, performance, testing, inspection, packing and delivery of the equipments with accessories and auxiliary equipment required for various sub-stations in U.P., the items and quantities required in Technical Specification Equipments shall be offered complete with all parts necessary for their efficient operation. Such parts shall be deemed to be within Contractor s scope whether specifically mentioned or not. Equipments in all respects shall incorporate the high test quality of modern engineering, design and workmanship The General Conditions of Contract Form A/B, copies of which are attached hereto, form an integral part of this specification. The contractor shall supply all material and perform all works in strict accordance therewith. In the event of conflict between General conditions of contract form A/B and this specification, the later shall prevail The General requirement of specifications comprise of this chapter and detailed technical specifications. These are supplementary to each other and essential for complete interpretation of the Purchaser s requirement. 2.2 STANDARD: Except as modified by this tender specification, all material and equipment shall conform to the requirement of the latest editions of relevant ISS/IEC However, in the event of the tenderer offering equipment conforming to standards other than ISS/IEC standards, the salient point of comparison between the standard adopted and relevant ISS/IEC standards shall be indicated clearly in the proposal Should the tenderer wish to depart from the provisions of the specifications, either on accounts of manufacturing practices or for any other reason, he shall clearly mention the departure and submit complete justification supported by information, drawings etc, as will enable to assess the suitability of equipment(s) offered. In the event of the tenderer s specifications, drawings, forms and tables etc. being found to disagree with the requirement of this specification at any stage, these specifications shall be binding, unless the departures have been duly approved in writing by the purchaser. 2.3 PROJECT DATA: i. Location Various sub-stations in UTTAR PRADESH ii. Altitude not exceeding 1000 meters.

15 iii. Climate Condition (a) Design maximum ambient Air Temperature 50 C (b) Minimum ambient air temperature in shade 00 C (c) Relative Humidity 100 %Max. (d) Wind Load 195 kg / Sqm. (e) Seismic Level 0.3 g (f) Isoceraunic Level 50 days/year (g) Average annual rain fall 1200 mm (h) Hot and humid tropical Climate conducive to rust and fungus growth. 2.4 SYSTEM PARTICULARS : (i) Rated system voltage 420 kv, 245 kv, 145 kv, 36 kv (ii) System frequency 50 Hz, This may vary by + 5% (iii) Number of phases Three (iv) Neutral Effectively Earthed (v) Auxiliary power supply: Auxiliary electrical equipment shall be suitable for operation on the following supply system. (a) Power device (Like drive motors) 400V, 3Phase, 4 Wire 50 Hz Effectively earthed AC system. (b) Lighting fixtures, space heaters, 250V, 2 Wire, 50 Hz, AC supply fractional Horse Power motors with one point grounded. and control devices. (c) DC alarm, Control and Protective 2 Wire ungrounded DC supplies devices from sub-station batteries as under (i) 400kV S/S -220V DC (ii) 220/132kV S/S -110V DC (iii) Communication -48V DC Equipment The above supply voltage will vary as follows: All devices must be suitable for a continuous operation over the entire range of voltage variations: (i) AC Voltage Voltage may vary by + 10%. Frequency by + 5% and Combined Voltage and frequency by + 10% (ii) DC Voltage a) 220 V will vary between 187 & 242 V b) 110 V will vary between 93 & 121 V c) 48 V will vary between 41 & 53 V Each of the forgoing supplies will be made available by purchaser at one terminal point for each equipment for operation of accessory and auxiliary equipment. If 110 Volts AC supply is required, the Contractor shall provide his own auxiliary transformer. Contractor s scope shall include distribution beyond the points of supply, including supply of interconnection cables and terminal blocks etc. 2.5 ERECTION SUPERVISION: The tenderer shall quote for the services of an Erection Engineer who shall assume full responsibility for the erection, testing and commissioning of the equipment offered. Skilled and unskilled labour and petty tools of general use would be provided by the purchaser The tenderer shall submit a list of all special tools and instruments required for the erection, testing & commissioning and shall include the same in the tender The tenderer shall indicate perdiem, and per mensem rates for the services of the Erection Engineer. Tenderer shall also indicate the estimated time required for the erection, testing and commissioning of the equipment offered. 2.6 DRAWINGS AND MANUALS: Along with the tender the tenderers shall submit the following drawings : (a) General arrangement drawings of the equipment offered. (b) Detailed dimensional drawings and descriptive literature of all the components supplied. (c) Basic Electrical diagram In the event of order being placed, the Contractor shall furnish three prints of each drawing of the Engineer of the Contract, within 4 weeks of the date of order.

16 2.6.3 In addition, the Contractor shall submit to the Engineer within reasonable time but at least 3 months before despatch of equipments, the complete bill of material with each item identifiable in the detailed drawing with references. This will also form detailed packing list of the equipments The Engineer shall return to the contractor one print of each drawing (a) stamped APPROVED OR (b) marked up with comments. In case of (a) no further re-submission of drawing is required for Engineer s approval, In case of (b), the Contractor shall correct his original drawings to confirm to the comments made by Engineer and re-submit in the same manner stated above within two weeks after the receipt of the marked up print by him The Contractor on receipt of prints stamped APPROVED shall furnish the following drawings to the Engineer of the contract: (a) 6 sets of prints of each drawings for each consignee and 3 sets for Engineer of the Contract. (b) 6 Sets of detailed bill of material for each consignee and 3 sets for Engineer of contract. (c) One direct reading reproducible of each drawing and bill of material. All the prints of drawings and bills of materials and the reproducible are to be forwarded to the Engineer of the Contract, before any dispatches are made MANUALS : The Contractors shall furnish bound copies of erection, commissioning and operation / maintenance manuals giving detailed instructions, procedures, precautions for all the equipments supplied by him. The manuals shall be specific to equipments supplied and not of general nature. The contractor shall submit two preliminary copies of such manuals to the Engineer for review and approval. Thereafter, six sets of final approved manuals shall be sent to each consignee and 3 sets shall be sent to Engineer of the contract, shall be sent before dispatch of the equipment otherwise the contractor shall reduce ex-works price by an amount of 2% from his bill. This amount will be released only on the certificate from the Engineer of the Contract about receipt of all drawings / reproducible manuals. 2.7 RAW MATERIAL : The Tenderer shall themselves be responsible for timely arrangement / procurement of all the raw materials required for the manufacture of all tendered items and shall furnish their test certificates to the Purchaser. However, depending on the policy of the Govt. of India, Corporation may issue essentiality certificates, for arrangement of such raw materials through CEA,DOE,DGTD or other, who may allot the same to the contractor, at their discretion directly from any of the producers of such raw materials or other source, but without any financial liability to the Corporation or affecting / linking the delivery of the equipment with the availability of raw material against such certificates or recommendations. 2.8 TESTING AND INSPECTION: TESTING: Purchaser shall have the right to witness any type, routine and acceptance test on the equipment offered. Witnessing of test or their approval would not relieve the contractor of his responsibility to supply the equipment as per the specification QUALTIY ASSURANCE PROGRAMME : The contractor shall adhere to strict quality assurance over all the manufacturing, testing processing and other activities, whether at his works, or his sub-contractor s work, including the suppliers of the raw materials, etc. Detailed Quality Assurance Programme (QAP) will be submitted with the tender, giving step by step checks and counter check, tests, sampling procedures etc, to ensure quality of the equipment to meet the requirements. This shall also include the test details for type, routine and acceptance test required, Such Q.A.P. shall be approved by the purchaser before implementation INSPECTION: The purchaser reserves the right to inspect any machinery and material to ensure that approved Q.A.P. is being strictly implemented by the Contractor or his Sub-Contractor /Supplier under this contract, and to reject any item found defective in workmanship or design, or otherwise unsuitable for the use and purpose intended or which is not in accordance with the intent of this contract. The Contractor should, on demand by the purchaser, rectify or replace such defective or unsuitable equipment, or the purchaser may, at the contractor s expense, rectify or replace such defective or unsuitable equipment, whether before or after supply.

17 The contractor shall advise the purchaser at least 4 weeks in advance as to when the equipment will be ready for stage / final inspection at the contractor s work or at his Sub-contractor s works The Purchaser s Inspecting Engineers at all time have access to all part of shops where the equipment is being manufactured and also shall be provided with all reasonable inspection facilities by the contractor and /or sub-contractor No equipment to be furnished or used in connection with this contract shall be dispatched until factory inspection and acceptance test is carried out satisfactorily. Such factory inspection of the equipment or approval of acceptance tests shall not however, relieve the contractor from full responsibility for supplying equipment conforming to the requirements of this contract, not prejudice any claim, right or privilege which the purchasers may have because of the use of defective or unsatisfactory equipment should purchaser waive the right to inspect any equipment such waiver shall not relieve the contractor any way from obligation under his contract The tenderer is required to record the following certificates on the invoices and challans of each and every consignment: Certified that material being dispatched against the above invoices and challan has been inspected and tested by the representative of Engineer of the contract or (date) and all the test results were satisfactory, as per approved test certificate enclosed. OR Certified that inspection of material being dispatched against the above invoice and challan has been waived off by Chief Engineer(TS Agra) of Contract vide letter No Dt. ) (Copy enclosed) and all the acceptance and Routine tests as per relevant standards and those provided in Contract, have been conducted and all the test results were found satisfactory as per test certificates enclosed. 2.9 SPARE PARTS: Tenderer shall be recommended a set of spare parts required for normal maintenance or equipment offered for a period of five years PRODUCTION SHCEDULE AND PROGRESS REPORT: The Contractor shall furnish detailed production schedule for all major component to be supplied. The schedule shall include dates of completion of:- (a) engineering work. (b) Different phases of material procurement, manufacture and fabrication. (c) Delivery. A report on actual progress in percentage and date of completion of each of above items, shall be sent to the purchaser every month, starting two months, from the date of letter of intent or date of Purchase order PACKING & DESPATCH OF EQUIPMENT: All equipment/material shall be suitably packed for transport, carriage at site and outdoor storage during transit. The contractor shall be responsible for any damages to the equipment during transit due to improper and inadequate packing. The cases containing fragile material, or material easily prone to damage, shall be very carefully packed and marked with appropriate caution symbols i.e. FRAGILE, HANDLE WITH CARE; USE NO HOOK etc. The contents of each packing shall bear marking that can be readily identified from the packing shall provide complete protection from moisture, termites and mechanical shocks etc. Wherever necessary proper arrangement for attaching slings for lifting shall be provided. All packages shall be clearly marked with gross weight, signs showing UP & DOWN, sides for boxes, contents of each package, order No. and date and unpacking instruction considered necessary. Any material found short inside the packing case, shall be supplied by the contractor without any extra cost. Tenderer shall ascertain prior to shipment, from concerned authorities, the transport limitations, like weight and maximum allowable package size of transportation. All packing case and packing material shall become the property of the Purchaser The equipment/material shall be dispatched to the respective sub-station. The detailed dispatch instruction will be intimated to the successful tenderer. The contractor shall intimate, at least ten days in advance, to the consignee (s), as well as to the Engineer, the probable date when the equipment are to be ready for dispatch. A telegraphic intimation shall also be given to the consignee (s) immediately after the dispatch of equipment mentioning the specification number and approximate weight of each package to enable him to take the delivery and unload the material in case the dispatch document are not received by him in time A list in duplicate containing details of equipment for verification at site shall also be placed inside each package and shall correspond with the advice note and approved bill of material.

18 Bill (s), duly pre receipted, in triplicate in accordance with approved terms of payment and together with all necessary dispatch documents, shall be sent to consignee (s) under registered cover with intimation to Engineer of the Contract Any demurrage/wharfage or other charges payable due to non implementation of any of the above instruction shall be to contractor s account REJECTION: Purchaser reserves the right to reject any equipment if during the tests at works or site, the test value achieved do not comply with the respective standard / specifications and exceeds that tolerable limits Contractor shall replace rejected equipment with a new equipment complying with the guaranteed value as promptly as possible and at no extra cost to the purchaser. Purchaser reserves the right to retain any rejected equipment and take into service until the contractor supplies the new equipment Rejection of any equipment will not be held as a valid reason for delay in timely completion of the work MODE OF DESPATCH: The equipments are to be dispatched from Contractor s work to any destination in U.P. as per the dispatch instructions given by the Engineer (Consignees) The instrument Transformers, Surge Capacitors, insulators must be dispatched by ROAD transport only and without transshipment to reduce the risk of damage. Form 38 in such cases will be obtained by the contractor from the Consignee (s) All other equipments shall be dispatched by goods trains, unless otherwise advised by the Engineer / consignee (s) INSURANCE The contractor shall arrange, secure or maintain insurance as may be necessary to protect his own interests and the interests of the Corporation against all risks. The risks that are to be covered under the insurance shall include, but not be limited to, the loss or damage in transit, theft, pilferage/riot, civil commotion, weather conditions, accident, or all kinds of fire war risks during ocean transportation only Insurance is to be taken FOR destination value of the Equipment for transit from the manufacturer s warehouse to the Purchaser s warehouse plus 45 days storage thereafter All damages and shortages of the equipment after its delivery to destination railway station and transportation to stores and storage thereafter shall be notified by the consignee by registered post to contractor or his authorized representative, within 30 days for making good the damage or loss by way of replacement of the equipment damaged or lost The contractor shall take up the matter with insurance company for finalization of claims and Purchaser shall provide required information. All further action in connection with making and setling of claim, if any, will be carried out by the contractor for which no extra payment will be made. The contractor shall be responsible to make good the damage or loss by way of repairs and /or replacement of equipment free of cost irrespective of the fact whether claim is accepted by the insurance Co. or not, without waiting claims settlement The scope of such insurance shall cover the entire value of the Contract from time to time TERMS OF PAYMENT : The terms of payment shall be as per Clause 21 of form B/clause 25 of form A. In case of delay in delivery the Tenderer shall raise invoices after allowing price reduction due to late delivery as detailed in Clause 27 of Form B/Clause 32 form A. In case drawings and manuals are not submitted as per clause and 2.6.6, a further deduction of 2% shall also be made For equipment to be dispatched by Road transport, the payment will be made after the receipt of goods at site Tenderers may note that terms of payment through letter of credit is not acceptable FOREIGN EXCHANGE : Tenderers offering equipment without involving any foreign exchange commitment on the part of Purchaser will be considered DELIVERY: The quoted delivery period shall be counted from the date of issue of letter of intent or detailed order or date of allotment as the case may be Date of despatch documents (R/R) shall be treated as the date of delivery. In case of dispatch by road transport, the date of receipt of goods at site/upptcl store shall be treated as date of delivery Delivery should be quoted specifically and explicitly and should be guaranteed under price reduction clause of form A/B.

Tender document against Short Term Tender No. 134/EUCC (V)/LESA/ Purchase of Slitted Craft paper of size 2.5x8 & 2.5x6 MM.

Tender document against Short Term Tender No. 134/EUCC (V)/LESA/ Purchase of Slitted Craft paper of size 2.5x8 & 2.5x6 MM. Tender document against Short Term Tender No. 134/EUCC (V)/LESA/2012-13 Purchase of Slitted Craft paper of size 2.5x8 & 2.5x6 MM. Cost of document :Rs. 275.00 (Non refundable) Earnest Money :Rs. 1000.00

More information

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI Tender Specification No. 118-ETC(V)/2014-2015 for HIRING OF ONE

More information

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

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

More information

MADHYANCHAL VIDHYUT VITRAN NIGAM LTD LUCKNOW

MADHYANCHAL VIDHYUT VITRAN NIGAM LTD LUCKNOW 3333 MADHYANCHAL VIDHYUT VITRAN NIGAM LTD LUCKNOW TENDER DOCUMENTS FOR PROCUREMENT OF 33/0.4 KV, 250 KVA Copper wound Three Phase Distribution Transformers OFFICE OF THE SUPERINTENDING ENGINEER, ELECTRICITY

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

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

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

More information

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO. 001/2018-2019 TENDER DATE 10/04/2018 DUE ON 20/04/2018 BY 3:00 PM UN-PRICED

More information

HINDUSTAN AERONAUTICS LIMITED IMM DEPARTMENT GENERAL TERMS & CONDITIONS OF CONTRACT

HINDUSTAN AERONAUTICS LIMITED IMM DEPARTMENT GENERAL TERMS & CONDITIONS OF CONTRACT QUALITY & WKMANSHIP HINDUSTAN AERONAUTICS LIMITED IMM DEPARTMENT GENERAL TERMS & CONDITIONS OF CONTRACT 1. Generally the stores shall be of the best quality and workmanship. Contractor shall comply with

More information

NOTICE INVITING TENDER

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

More information

INVITATION OF TENDER BIDS WATER TANKS

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

More information

mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk

mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk fueufyf[kr dk;z,oa vkiwfrz ds fy, eqgjcun izfkd&izfkd fufonk;s nks Hkkxksa essa okafnr gs A vf/k'kklh vfhk;urk] fo qr Ø; [k.m स त 0 व0 0] gjnqvkxat rkih;

More information

KANPUR ELECTRICITY SUPPLY COMPANY LIMITED KANPUR

KANPUR ELECTRICITY SUPPLY COMPANY LIMITED KANPUR KANPUR ELECTRICITY SUPPLY COMPANY LIMITED KANPUR Tender Specification No. 04/CBSC/16-17 For Supply of Biometric Machine and Installation, Software for Salary preparation with one year AMC, Supply of Headphone

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

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

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

More information

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur Tender for Supply & Installation of Portable Dissolved Oxygen Meter at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BIO/RD/1/1(I)/2015-16/8 NIT Issue Date : 29 April 2015 Last Date of Submission

More information

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

More information

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

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

More information

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

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

More information

RE-TENDER DOCUMENT FOR SUPPLY OF GENERAL STATIONERY AND COMPUTER STATIONERY ITEMS IN HIGH COURT LUCKNOW BENCH, LUCKNOW

RE-TENDER DOCUMENT FOR SUPPLY OF GENERAL STATIONERY AND COMPUTER STATIONERY ITEMS IN HIGH COURT LUCKNOW BENCH, LUCKNOW RE-TENDER DOCUMENT FOR SUPPLY OF GENERAL STATIONERY AND COMPUTER STATIONERY ITEMS IN HIGH COURT LUCKNOW BENCH, LUCKNOW DATE OF ISSUE : 03-06-2017 TENDER AVAILABLE FROM : 1. STATIONERY SECTION OF HIGH COURT,

More information

श र प रत प क ल ज. Government of Jammu & Kashmir SRI PRATAP COLLEGE

श र प रत प क ल ज. Government of Jammu & Kashmir SRI PRATAP COLLEGE DIVISIONAL LEVEL PURCHASE COMMITTEE TERMS AND CONDITIONS OF THE TENDER AND CONTRACT FOR 2016-17 Note: These conditions should be read very carefully by the tenderer while filling in their quotations. 1.

More information

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL Government of India Regional Museum of Natural History (Ministry of Environment forests & Climate Change) E-5, Arera Colony, Bhopal-462016

More information

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

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

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

More information

TENDER SPECIFICATION NO.11/ FOR

TENDER SPECIFICATION NO.11/ FOR ODISHA POWER TRANSMISSION CORPORATION LTD. OFFICE OF THE GENERAL MANAGER: ELECT. EHT (O&M) CIRCLE: CHAINPAL AT/PO: CHAINPAL COLONY, PIN-759104, and DIST: ANGUL (ODISHA) PH. NO.06760-211089/ FAX-06760-249222.

More information

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad , 1 Tender Form No.. Issued to:. Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad 500 004, Cost of form fee paid details: DD

More information

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

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

More information

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated: MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043 TEL: +91 33 2439-7415, 2439-4114, 2439-6613, 2439-7413, FAX: +9133 2439 7632/ 5607 E-mail: purchase@braithwaiteindia.com Website:

More information

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

Short Term Tender no.91/eudc (VIII)/LESA/

Short Term Tender no.91/eudc (VIII)/LESA/ Short Term Tender no.91/eudc (VIII)/LESA/2015-16 For supply of Rewireable type Tinned Copper Fuse Wire of Size 8 SWG in the area of EUDD (Thakurganj) Due on 26.10.2015 Cost of document: Rs. 285.00 Earnest

More information

(Revised with the approval of 227 th Governing Body

(Revised with the approval of 227 th Governing Body PROCUREMENT PROCEDURE MANUAL (Revised with the approval of 227 th Governing Body held on 15 th September, 2017) Page 1 of 10 INDEX No. Particulars 1 Introduction 3 2 Standing Purchase Committees 3 2.1

More information

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

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

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

More information

MAHARASHTRA STATE ELEC. DISTRIBUTION CO. LTD, VASHI CIRCLE

MAHARASHTRA STATE ELEC. DISTRIBUTION CO. LTD, VASHI CIRCLE MAHARASHTRA STATE ELEC. DISTRIBUTION CO. LTD, OFFICE OF THE SUPERINTENDING ENGINEER MAHARASHTRA STATE ELEC. DISTRIBUTION CO. LTD CIRCLE OFFICE VASHI PLOT NO 5, NR ABHYUDAY BANK, SECTOR 17, VASHI, NAVI

More information

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019 BRAITHWAITE & CO LIMITED (A Government of IndIA UndertAkInG Under ministry of railways) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 43, TEL 2439-7415 / 4114 / 6613 / 7413, FAX :91 (033) 2439 7632 /

More information

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only (Registered Post/Speed Post) (In Lieu of CRPF-153) OFFICE OF THE COMMANDANT - 89 BN, CRPF, BAWANA, NEW DELHI-39 TELEPHONE No. 01127755482 FAX No. - 01127755482 E-mail ID commandant89@gmail.com (Ministry

More information

dsunzh; fo ky;] cqjgkuiqj ¼e-iz-½ dysdvj vkfql ds ikl eksgeeniqjk] jkosj jksm++] cqjgkuiqj ¼e-iz½& KENDRIYA VIDYALAYA, BURHANPUR (MP)

dsunzh; fo ky;] cqjgkuiqj ¼e-iz-½ dysdvj vkfql ds ikl eksgeeniqjk] jkosj jksm++] cqjgkuiqj ¼e-iz½& KENDRIYA VIDYALAYA, BURHANPUR (MP) dsunzh; fo ky;] cqjgkuiqj ¼e-iz-½ dysdvj vkfql ds ikl eksgeeniqjk] jkosj jksm++] cqjgkuiqj ¼e-iz½&450331 KENDRIYA VIDYALAYA, BURHANPUR (MP) (Under Min. of HRD, Govt. of India) Near Collector Office, Mohammadpura,

More information

ELECTRCITY URBAN DISTRIBUTION CIRCLE-VII, LESA

ELECTRCITY URBAN DISTRIBUTION CIRCLE-VII, LESA ELECTRCITY URBAN DISTRIBUTION CIRCLE-VII, LESA 33/11 KV S/S BANGLA BAZAR, LUCKNOW TENDER SPECIFICATION NO.14/EUDC(VII)/LESA/2016-17 TENDER FROM COST OF TENDER FOR Rs. 575.00 ONLY Earnest Money Rs. 2000.00

More information

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI- 400065. NOTE: TENDER FORM NO -02-0 COST RS. 750.00 ONLY Last Date of Submission : 03.07.2014 Up to 13.00

More information

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram 695 033 Tender for the Supply and Testing of Desktop Computer for the Information Centre Building at Kudankulam Nuclear Power

More information

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

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

More information

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

More information

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

ICAR-Central Institute for Subtropical Horticulture Rehmankhera, P.O. Kakori, Lucknow (India) Phone: (O) , ; Fax:

ICAR-Central Institute for Subtropical Horticulture Rehmankhera, P.O. Kakori, Lucknow (India) Phone: (O) , ; Fax: Hkk-d`-vuq-i-&dsUnzh; miks".k ckxokuh lalfkku jgeku[ksm+k] iks- dkdksjh] y[kuå&226101 ¼Hkkjr½ ICAR-Central Institute for Subtropical Horticulture Rehmankhera, P.O. Kakori, Lucknow-226101 (India) Phone:

More information

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR TENDER FOR SUPPLY OF HOT AIR OVEN TO HOMOEOPATHIC PHARMACY OF DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR (2017-2018) Price Rs.500/- (Rupees five hundred) only DR. ABHIN CHANDRA

More information

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

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

More information

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS 1 KERALA FEEDS LTD. (A Govt. of Kerala Undertaking) Kallettumkara, Thrissur Dist. Pin: 680 683 Phone: 0480-2713550 Fax: 0480-2720194, E-mail: purchase.kfl@kerala.gov.in Website: www.keralafeeds.com No.KFL/381/98/OT-178

More information

LAKWA THERMAL POWER STATION

LAKWA THERMAL POWER STATION Assam Power Generation Corporation Limited (A Company Constituting the Generation Wing of former ASEB) Office of the General Manager LAKWA THERMAL POWER STATION P.O. SUFFRY-785689, MAIBELLA DIST-CHARAIDEO,

More information

ESI CORPORATION MODEL HOSPITAL

ESI CORPORATION MODEL HOSPITAL ESI CORPORATION MODEL HOSPITAL UNDER THE MINISTRY OF LABOUR & EMPLOYMENT (GOVERNMENT OF INDIA) BELTOLA, GUWAHATI -781 022 Tel: (0361) 2301082, E-mail: mh-guwahati.esic@nic.in No. 432-U-16/25/06/03 Date:

More information

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi-110 068 To Notice inviting Quotations No. IG/SED/Estt./248/16 Date: 08-03-2016 Sub: Invitation of quotations

More information

Section III. Contract for Supply and Delivery of Goods

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

More information

Air Conditioner Maintenance Committee

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

More information

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000 TENDER FOR ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE- 560058 ISO 9001:2000 NSIC BRANCH OFFICE PEENYA THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Government

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

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

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

More information

Tender Notice & Documents for Printing of Examinations Booklet/

Tender Notice & Documents for Printing of Examinations Booklet/ (A Central University by an Act of Parliament) NH-8 Jaipur-Ajmer, Bandarsindri, Kishangarh-305817, Dist. Ajmer Tender Notice & Documents for Printing of Examinations Booklet/ 1 NH-8 Jaipur-Ajmer, Bandarsindri,

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods) STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS (Procurement of Goods) TABLE OF CONTENTS INTRODUCTION. 3 PAGE SECTION I INVITATION TO TENDER 4 SECTION II INSTRUCTIONS TO TENDERERS. 5 Appendix to Instructions

More information

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

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

More information

Sealed Tender is to be addressed to Sr. Manager (Pur), Braithwaite & Co. Ltd., 5, Hide Road, Kolkata

Sealed Tender is to be addressed to Sr. Manager (Pur), Braithwaite & Co. Ltd., 5, Hide Road, Kolkata MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043, TEL (033) 2439-7415, 2439-4114, 2439-6613, 2439-7413. FAX: +91 33 2439 7632 / 5607 E-mail : braithwaite_co@yahoo.com, web site:

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

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

AGREEMENT FOR SUPPLY OF LT ENERGY

AGREEMENT FOR SUPPLY OF LT ENERGY AGREEMENT FOR SUPPLY OF LT ENERGY This agreement made on the.. day of.., 200 between the Development Commissioner, Cochin Special Economic Zone, Kakkanad for and on behalf of Cochin Special Economic Zone

More information

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI-110003 Notice inviting tender for disposal of Obsolete MI-172 helicopter items on as is where is basis Tender Notification No. PHL/NR/MAT/7046//DISP/TE-268

More information

REMOTE SENSING APPLICATIONS CENTRE, U.P.

REMOTE SENSING APPLICATIONS CENTRE, U.P. REMOTE SENSING APPLICATIONS CENTRE, U.P. Sector-G, Jankipuram Kursi Road, Lucknow -226021 (U.P.) Ph : 2730451, 2730815, 2730824 Fax : 2730535 E-mail : rsacup@yahoo.com RSAC:P/TC:2018: Dated : 05.09.2018

More information

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

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

More information

NATIONAL INSTITUTE OF PLANT GENOME RESEARCH

NATIONAL INSTITUTE OF PLANT GENOME RESEARCH NATIONAL INSTITUTE OF PLANT GENOME RESEARCH (An Autonomous Research Institution of the Department of Biotechnology Ministry of Science and Technology, Govt. of India) Aruna Asaf Ali Marg, New Delhi 110

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

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND

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

More information

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

TENDER DOCUMENTS. 30 Days from the date of submission of Tender

TENDER DOCUMENTS. 30 Days from the date of submission of Tender TENDER DOCUMENTS Tender reference Number / Dt. Last date and time for receipt of tender offers Date of opening of technical bid Offer Validity Period KCT/PUR/TEX/01/18-19. Date.22.05.2018 09.06.2018-5.30PM

More information

INSTITUTE FOR PLASMA RESEARCH NEAR INDIRA BRIDGE, BHAT, GANDHINAGAR GUJARAT STATE Phone: Fax:

INSTITUTE FOR PLASMA RESEARCH NEAR INDIRA BRIDGE, BHAT, GANDHINAGAR GUJARAT STATE Phone: Fax: INSTITUTE FOR PLASMA RESEARCH NEAR INDIRA BRIDGE, BHAT, GANDHINAGAR 382 428 GUJARAT STATE Phone: 079 2396 2021-2028 Fax: 079 23962277 TENDER NOTICE DATED 5-2-2009 Itemwise sealed tenders are invited from

More information

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

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

More information

Tender Document GOVERNMENT MEDICAL COLLEGE, HALDWANI.

Tender Document GOVERNMENT MEDICAL COLLEGE, HALDWANI. GOVERNMENT MEDICAL COLLEGE, HALDWANI. Dear Tenderer, Kindly find enclosed the general terms & conditions along with the proposed list of Glucostrip to be purchased for Government Medical College Haldwani

More information

BID DOCUMENT SECTION I

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

More information

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010 E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA)-122 001 0124-2255133(T/F) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010 Dated / /2011 Sub: Invitation to tender for empanelment of Local Chemist

More information

Sub: Invitation to Tender Enquiry for supply of Towel

Sub: Invitation to Tender Enquiry for supply of Towel 1 ESI-POST GRADUATE INSTITUTE OF MEDICAL SCIENCES & RESEARCH & EMPLOYEE S STATE INSURANCE CORPORATION HOSPITAL & ODC (EZ) (A Statutory Body Under Ministry of Labour, Govt. of India) DIAMOND HARBOUR ROAD,

More information

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT DE/OFC BG/G-17/2009-2010/ 36 Dated at Bangalore the 05-09-2009 (Date of Opening

More information

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR-360375 E-mail : jetpur400kv@yahoo.co.in PHONE: (02823) 221278 FAX :(02823) 221733 Tender documents

More information

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

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

More information

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

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

More information

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD Tender For Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD Tender Notice No. : 279/SACCS/Electrical/2018 Tender issue date : 30 03 2018 Last date & time of Submission: 12 04 2018

More information

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI 110301 TENDER NOTICE The Central Board of Secondary Education (CBSE) is one of the premier national public examinations

More information

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale BALMERLAWRIE & CO. LTD. CONTAINER FREIGHT STATION [No.32, Sattangadu Village, Manali, Chennai-600068 Phone No 25941813 /25942557, Fax No. 25941863 E-mail: shankar.vb@balmerlawrie.net] TENDER NO: BLC/CFS/Weighing

More information

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR IDCOL FERRO CHROME & ALLOYS LIMITED (A Wholly Owned Subsidiary of IDCOL) A Govt. of Odisha Undertaking Regd. Office Ferro Chrome Project 755 020 Jajpur Road, Dist Jajpur (Odisha) Tel. No. 06726-220212

More information

Annexure ***Financial Bid to be Kept in Separate Sealed Envelope duly attested by the bidder with his Seal & /Signature.

Annexure ***Financial Bid to be Kept in Separate Sealed Envelope duly attested by the bidder with his Seal & /Signature. OFFICE OF THE RATE CONTRACT COMMITTEE HEALTH & MEDICAL EDUCATION DEPARTMENT GOVT. MEDICAL COLLEGE SRINAGAR Short Term Tender 08 OF 2018 For the year 2018-19 Annexure ***Financial Bid to be Kept in Separate

More information

ESI CORPORATION MODEL HOSPITAL

ESI CORPORATION MODEL HOSPITAL ESI CORPORATION MODEL HOSPITAL UNDER THE MINISTRY OF LABOUR & EMPLOYMENT (GOVERNMENT OF INDIA) BELTOLA, GUWAHATI -781 022 Tel: (0361) 2301082, E-mail: mh-guwahati.esic@nic.in Website: www.esic.nic.in No.

More information

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing Expression of Interest For Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing At Manikanchan Special Economic Zone Block CN1, Sector V, Salt Lake City Kolkata

More information

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR below:- S. N0. RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR Tender Notice No. Pur/09/2012-13 Sealed tenders on invited for purchase of material & carrying out different jobs as per details

More information

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry Administration of Dadra & Nagar Haveli, U.T., Office of the Medical Superintendent, Shri Vinoba Bhave Civil Hospital Tel.No.0260-2642940, 2642961 email ID : svbch.sil@gmail.com No. DMHS/VBCH/P&T/Erythropoietin/2015-16/251/4202

More information

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO 104-106, 2nd Floor, Sector 34-A, Chandigarh Note: - The prospective bidders have the option to download the tender documents from

More information

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram 695 033 Tender for the Supply and Testing of LED TV for the Information Centre Building at Kudankulam Nuclear Power Plant,

More information

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA RAICHUR POWER CORPORATION LIMITED TENDER DOCUMENT Procurement of Over Running Clutch for APH Gear Box Tender No.SE(S&P)/ET/EE (BM/18-19/124 Dtd: 08.08.2018 Office of the SUPERINTENDING ENGINEER (PURCHASE)

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

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

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

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

More information

TENDER FOR SUPPLY OF HAND BOOK

TENDER FOR SUPPLY OF HAND BOOK 1 KERALA FEEDS LTD. (A Govt. of Kerala Undertaking) Kallettumkara, Thrissur Dist. Pin: 680 683 Phone: 0480-2713550,Fax: 0480-2720194, E-mail: purchase.kfl@kerala.gov.in Website: www.keralafeeds.com No.KFL/381/98/OT-179

More information

Enquiry for Non coking Coal of Indian origin for supply to Thermal Power Plants of WBPDCL

Enquiry for Non coking Coal of Indian origin for supply to Thermal Power Plants of WBPDCL MSTC LIMITED (A Government of India Enterprise) 225F, AJC Bose Road, 2 nd Floor Kolkata 700 020 Telephone : 033-22900964 Website : www.mstcecommerce.com Enquiry for Non coking Coal of Indian origin for

More information

TENDER DOCUMENT FOR PRINTING AND SUPPLY OF PRE-PRINTED STATIONERY

TENDER DOCUMENT FOR PRINTING AND SUPPLY OF PRE-PRINTED STATIONERY TENDER DOCUMENT FOR PRINTING AND SUPPLY OF PRE-PRINTED STATIONERY THE PUNJAB STATE BOARD OF TECHNICAL EDUCATION AND INDUSTRIAL TRAINING Price Rs. 500/- Sr. No. Events Dates Time 1. Pre-bid conference 03.10.2016

More information

CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER. 1 Whether Earnest Money is enclosed. Yes/No

CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER. 1 Whether Earnest Money is enclosed. Yes/No CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER 1 Whether Earnest Money is enclosed. Yes/No 2 Whether Technical specifications of material/equipment attached? 3 Whether tender document duly signed

More information

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

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

More information

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen ESI-POST GRADUATE INSTITUTE OF MEDICAL SCIENCES & RESEARCH & EMPLOYEE S STATE INSURANCE CORPORATION HOSPITAL & ODC (EZ) (A Statutory Body Under Ministry of Labour, Govt. of India) DIAMOND HARBOUR ROAD,

More information