Andhra Pradesh Drinking Water Supply Corporation Vasudha Complex, Saipuram Colony, Gollapudi, Vijayawada, Andhra Pradesh

Size: px
Start display at page:

Download "Andhra Pradesh Drinking Water Supply Corporation Vasudha Complex, Saipuram Colony, Gollapudi, Vijayawada, Andhra Pradesh"

Transcription

1 Request for Proposal (RFP) for appointment of consultant to provide bid process management services for the selection of contractors for water supply projects in eight districts of Andhra Pradesh under Bank Loans. April 2018 RFP No: 2/AE/DEE/APDWSC/EPC Dated

2 Contents Contents... 2 Disclaimer... 3 Salient Information and Important Dates... 5 Scope of Work... 6 Bid Process... 8 Instructions to Bidders and Bid Formats Bid Evaluation Methodology Other Information Definitions Annexure I Annexure II Annexure III Annexure IIIA 24 Annexure IV Annexure V Annexure VI

3 Disclaimer: The information contained in this Request for Proposal (the RFP ) and/or subsequently provided to bidder(s), whether verbally or in documentary or any other form by or on behalf of the Andhra Pradesh Drinking Water Supply Corporation or any of its employees or advisors, is provided to bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. This RFP is not an agreement and is neither an offer nor an invitation by the Andhra Pradesh Drinking Water Supply Corporation to the prospective bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in preparing their bids pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Andhra Pradesh Drinking Water Supply Corporation in relation to the proposed assignment. Such assumptions, assessments and statements do not purport to contain all the information that each bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the Andhra Pradesh Drinking Water Supply Corporation, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in the RFP, may not be complete, accurate, adequate or correct. Each bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources. Information provided in this RFP to the bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Andhra Pradesh Drinking Water Supply Corporation accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein. The Andhra Pradesh Drinking Water Supply Corporation, its employees and advisors make no representation or warranty and shall have no liability to any person, including any bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this RFP. The Andhra Pradesh Drinking Water Supply Corporation also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any bidder upon the statements contained in this RFP. The Andhra Pradesh Drinking Water Supply Corporation may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP. 3

4 The issue of this RFP does not imply that the Andhra Pradesh Drinking Water Supply Corporation is bound to select a bidder or to appoint the Preferred Bidder for this proposed assignment and the Andhra Pradesh Drinking Water Supply Corporation reserves the right to reject all or any of the bidders or bids without assigning any reason whatsoever. The bidder shall bear all its costs associated with or relating to the preparation and submission of its bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Andhra Pradesh Drinking Water Supply Corporation or any other costs incurred in connection with or relating to its bid. All such costs and expenses shall remain with the bidder and the Andhra Pradesh Drinking Water Supply Corporation shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a bidder in preparation or submission of the bid, regardless of the conduct or outcome of the RFP. 4

5 Salient Information and Important Dates 1 RFP No. 2/AE/DEE/APDWSC/EPC Dated Mode of bid submission Physical submission in two parts Part 1: Techno-Commercial Bid Part 2: Financial Bid 3 Date of issue of RFP Last date of receipt of queries 5 Issue of responses to queries and issue of addendum/ corrigendum, if required The queries should be sent by to the following address: mdapdwsc@gmail.com; the queries should be sent in Microsoft Word format only Processing Fee Rs. 10, only in the form of a i) Demand draft in favor of Managing Director, Andhra Pradesh Drinking Water Supply Corporation and payable in Vijayawada 7 Last date of submission of bid at 5:00 pm 8 Place of submission of bid Managing Director Andhra Pradesh Drinking Water Supply Corporation Vasudha Complex, C Block, Saipuram Colony, Gollapudi, Vijayawada Andhra Pradesh Date and time of opening of Part 1: Techno-Commercial Bid 10 Announcement of Technically Qualified Bidders and opening of the Financial Bids at 11.00AM To be communicated later l 11 Validity of bids 90 days from the last date of submission of bids 12 Nodal person from Name: Mr K.Venkateshwara Rao Andhra Pradesh Drinking Designation: DEE Water Supply Corporation for this RFP Phone: mdapdwsc@gmail.com 5

6 Scope of Work 1.1 Andhra Pradesh Drinking Water Supply Corporation (APDWSC) intends to select contractors to construct water supply projects in eight districts of Andhra Pradesh through open and competitive tenders at an estimated project cost of Rs 6,330 crore. The districts of Srikakulam, Vizianagaram, Visakhapatnam, East Godavari, West Godavari, Krishna, Guntur and Prakasam shall be covered as part of this initiative. 1.2 Detailed scope of work 1.3 BLANK APDWSC intends to appoint a management consulting firm to undertake bid process management for the selection of contractors. The key components of the scope of work are indicated below: 1. Evaluate project structuring options and advise on preferred procurement options 2. Provide bid process management services for eight districts of Andhra Pradesh. Eight separate bid processes may need to be conducted for the eight districts. Bid management services shall include: a. Preparation of EOI, RFQ, RFP, NIT documents as necessary according to the rules of AP state. b. Conduct bidders conference / pre-bid meetings as necessary (expenses will be borne by the client and consultant to only provide knowledge inputs including presentations, handouts, etc.) c. Prepare bid evaluation reports and comparative statements after each stage of the eight bid processes. 3. Marketing of projects a. Create awareness in the market about the project b. Interact with potential bidders to understand their concerns; recommend measures to improve marketability of the project c. Undertake road-shows, bidders conference as necessary N.B: Any legal activities, if required, are excluded from the scope of work of the selected consultant. This shall be under the purview of APDWSC. 1.4 Deliverables, timelines and payment milestones The consultant shall provide their services as per the below timelines (Tentative) and exact dates be fixed while concluding agreement. 6

7 # Deliverable Timelines Submission of draft bid documents Submission of final bid documents Evaluation reports at the end of each stage of the bid process for the eight districts 30 days of signing of contract 10 days from receipt of comments from APDWSC Within 14 days of bid submission by bidders Payment Milestones: # Milestone % 1 Submission of model EOI/RFQ documents- Draft 10% 2 Submission of model EOI/RFQ documents- Final 20% 3 Submission of model RFP/Tender documents - Draft 20% 4 Submission of model RFP/Tender documents - Final 25% 5 Submission of evaluation reports at the end of each stage of the 20% bid process 6 Selection of successful bidder 5% For the sake of clarity, it may be noted that milestones 1 to 4, in the above table, is linked to submission of model documents and not to the number of districts for which transaction are undertaken. However, in case of milestone #5&6 (Evaluation Reports), payments will be disbursed on the basis of number of transactions completed and bid evaluation reports prepared. For example, if only 4 out of 8 districts receive bids and for which only evaluation reports are submitted, then 50% of the milestone payment shall be payable. 7

8 Bid Process 1.5 Submission of Bid Interested Applicants are invited to submit their sealed bids physically (paper) in two parts (Part 1: Techno-commercial Bid & Part 2: Financial Bid), complying with the given terms and conditions of this RFP. The bidders should quote their consultation fee inclusive all expenses like traveling, boarding and lodging charges, out of pocket expenses etc. as per Annexure VI for rendering the services detailed under scope of work (Clause 1.2). Interested bidders should submit their sealed bids physically in accordance with this RFP and as per the schedule mentioned in the section Salient Information and Important Dates. Bids submitted through post/ courier must reach the Andhra Pradesh Drinking Water Supply Corporation within the due date & time. Bids submitted through or any other means or received after the due date and time shall not be considered. 1.6 Both the Part 1: Techno-Commercial Bid and the Part 2: Financial Bid must be sealed in separate envelopes, and super-scribed with the words Part 1: Techno-Commercial Bid and Part 2: Financial Bid respectively. Both the sealed covers should be placed inside a separate cover and sealed, and super-scribed with the words RFP for appointment of consultant to undertake bid process management for the selection of contractors to construct water supply projects in eight districts of Andhra Pradesh Request for Proposal (RFP) for appointment of consultant to provide bid process management services for the selection of contractors for water supply projects in eight districts of Andhra Pradesh along with RFP Ref. No. & RFP date and the date and time of opening. All the envelopes should also bear the name, address and contact details of the bidder. 1.7 Contents of the Bid i) Part 1: Techno-Commercial Bid Bid processing fee of Rs. 10,000 (Rupees Ten Thousand only) in the form of Demand draft in favor of Managing Director, Andhra Pradesh Drinking Water Supply Corporation and payable in Vijayawada Bid Submission Letter as per format provided in Annexure I Information towards eligibility criteria as per format provided in Annexure II Photocopies of the following documents: a. Registration Certificate/ Certificate of Incorporation of the consultancy firm b. PAN Card copy c. GST registration details Documents to prove the experience and credentials of the bidder as per Annexure III &IIIA. The assignments cited as experience of the bidder should have been in the last seven financial years (i.e. since April 1, 2011) and should be accompanied by completion certificates issued by the client. The experience of personnel shall be furnished in relevant enclosed formats. Documents (CVs) to prove the competency of the manpower of the bidder required for 8

9 delivering this assignment (as per Annexure V ) Self-declaration regarding the bidder being free from financial and criminal misconduct charges and blacklisting from participation in Government bidding as per the format given in Annexure IV. All pages of the Techno-Commercial Bid must be signed by the authorized signatory of the bidder. Non-submission of any one of the above documents, non-compliance with the given formats, submission of incomplete documents and false claims may disqualify the bidder and the bid submitted, if any, may be rejected outright without any further reference to the bidder ii) Part 2: Financial Bid The Financial Bid must be submitted in the format given in Annexure VI. The currency of the Financial Bid should be Indian Rupee (INR) and should include all costs, travelling, incidental costs, tele-communication costs, stationary costs and all local taxes (such as: social charges or income taxes on non-resident Foreign Personnel, duties, fees, levies) on amounts payable by Andhra Pradesh Drinking Water Supply Corporation. The price quoted in the Financial Bid shall be firm and be fixed throughout the contract period. However, the Andhra Pradesh Drinking Water Supply Corporation shall pay GST extra on the contract value, as legally leviable in India against each invoice submitted by the consultant from time to time on submission of proof of payment exclusively. The bids should be unconditional and conditional bids would be rejected outright. The Andhra Pradesh Drinking Water Supply Corporation reserves the sole right to accept or reject any or all bids without assigning any reason thereof. All pages of the Financial Bid must be signed by the authorized signatory and stamped with official seal. 1.8 Pre-bid Queries i) The queries of bidders should be ed to the Andhra Pradesh Drinking Water Supply Corporation as per the schedule mentioned in the section Salient Information and Important Dates. It may be noted that no queries shall be entertained received after the closing date of receipt of request for clarification. ii) Should the Andhra Pradesh Drinking Water Supply Corporation deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure set out in this RFP. 9

10 1.9 Minimum Eligibility Criteria Instructions to Bidders and Bid Formats The consulting firm shall fulfil the following requirements: i. The consulting firm shall have an average annual turnover of at least Rs 300 crore over for the 3 financial years as mentioned in Annex II. ii. iii. Experience of having successfully completed bid process management for a single similar project in India having a project cost of at least Rs. 3,000 crore for a government entity or PSU, in the last seven financial years (i.e. since April 1, 2011). Successful completion means when a selected bidder is identified as an outcome of the bid process. The consulting firm shall provide the following key personnel with the minimum time commitment to the subject engagement as indicated in the table below: # Key Personnel Qualification and Experience 1 Team Leader B.E. / B. Tech or equivalent in Engineering and MBA with a total experience of at least 15 years. Team Leader shall have prior experience bid process management, project structuring, financial analysis, and should have led consulting teams on similar assignments. Minimum person-month inputs 1 2 Transaction Specialist B.E. / B. Tech or equivalent in engineering and MBA with a total experience of at least 5 years. Transaction Specialist shall have prior experience in bid process management. 1 3 Engineering Specialist B.E. / B. Tech or equivalent in civil engineering at least 5 years consulting experience. 1 10

11 No Consortium shall be allowed. Further, each of the Key personnel shall be a permanent employee of the consulting firm and should be on its payroll for a period of at least one year. No sub-contracting shall be allowed for the position of key personnel Language of the Bid The bid submitted by the bidder and all correspondence and documents related to the bid process shall be in English language only Amendment of the RFP i) The Andhra Pradesh Drinking Water Supply Corporation reserves the right to modify the RFP by issuing an Amendment for any reason whatsoever at any time prior to the last date of submission of bid. The Amendment shall thereafter become part of this RFP. ii) The Andhra Pradesh Drinking Water Supply Corporation reserves its right to accept or reject any or all bids or any part of the bid without assigning any reason whatsoever and the Andhra Pradesh Drinking Water Supply Corporation shall not be liable for any compensation to expenses/ losses incurred by the bidder in the process in whatever manner it may be. 11

12 1.12 Bid Evaluation Bid Evaluation Methodology i) The bids received by the Andhra Pradesh Drinking Water Supply Corporation against this RFP shall be opened on the prescribed date and time in front of attending bidders. No prior notice in this regard shall be issued unless there is any change in the already published date, time or venue. ii) iii) iv) The bids received shall be evaluated in two phases. First, the Techno-Commercial bids shall be opened and evaluated to shortlist the technically qualified bidders and thereafter, the Financial Bids of technically qualified bidders shall be opened and then evaluated to select the consultancy firm for awarding the job. The bids complying with all the eligibility criteria mentioned under clause 1.9 of the RFP shall only be considered for evaluation. The bid should be submitted as per the directions and the format given in this RFP, complete in all respects and accompanied by the requisite bank demand draft towards bid processing fee and attachments indicated in the RFP. Bids without the bid processing fee or the requisite documents shall be summarily rejected. v) As the technical capability and experience of the consultant is important for a project of this size and nature, the consultant will be selected based on Quality and Cost Based Selection (QCBS), scoring shall be done such that the i) evaluation of technical proposal is given a weightage of 80%, and ii) evaluation of financial proposal is given a weightage of 20%, to determine the combined score Evaluation of the Techno-Commercial Bids The technical proposal shall be evaluated on a scale of 100 as per the scoring criterion indicated in the table below follows: Technical Score (TS) S. No. A 1. Experience category Firm Experience Bid process experience for one large project Marking scheme Experience of having successfully completed bid process management for a single project in India having a project cost of at least Rs. 3,000 crore for a government entity or PSU. Successful completion means when a selected bidder is identified as an outcome of the bid process. 15 marks Maximum marks 25 12

13 S. No. Experience category Marking scheme Maximum marks 2. Firm experience: Number of transactions for which bid process management completed If the project cost of the above mentioned project exceeds Rs. 3,000 crore, then 2 (two) additional marks shall be awarded for every incremental Rs. 1,000 crore in project cost over and above Rs. 3,000 crore. Experience of having successfully completed bid process management in India for a government entity or PSU shall be awarded marks as per below. 3 (three) transactions 05 marks Each additional transaction - 01 marks each (maximum 05 marks) Experience of having successfully completed bid process in Andhra Pradesh for Government of Andhra Pradesh entity(ies) or its PSUs Additional 03 marks for each successful transaction (maximum 15 marks) 25 B 3. N.B: Successful completion means when a selected bidder is identified as an outcome of the bid process. Personnel Experience Experience of having provided bid process management in India to government entities or PSU shall be awarded marks based on number of projects as per below. 2 (two) projects 5 marks 3 (three) projects 10 marks Personnel - 4 (four) projects 15 marks Team Leader Experience of working on any rural drinking water project additional 5 marks Experience of working with Government of Andhra Pradesh entity additional 5 marks Personnel Transaction Specialist Experience of having provided bid process management services in India to government entities or PSU shall be awarded marks based on number of projects as per below. 1 (one) projects 2.5 marks 2 (two) projects 5.0 marks 3 (three) projects 7.5 marks Experience of working on any rural drinking water project additional 2.5 marks Experience of working with Government of Andhra Pradesh entity additional 2.5 marks 13

14 S. No. 5. Experience category Personnel- Engineering Specialist Marking scheme Experience of having provided consultancy services in India to government entities or PSU shall be awarded marks based on number of projects as per below. 1 (one) projects 2.5 marks 2 (two) projects 5.0 marks 3 (three) projects 7.5 marks Experience of working on any rural drinking water project additional 2.5 marks Maximum marks Experience of working with Government of Andhra Pradesh entity additional 2.5 marks Total Marks 100 Note: 1. Only engagements completed in the last seven financial years (i.e. since April 1, 2011) shall be accepted for sl #1 and #2. 2. Supporting documentary proof will have to be provided (relevant agreements or completion certificate issued by the competitive authority) to substantiate each credential cited by the firm (sl. 1 and 2) 3. Last three audited profit & loss accounts of the bidding company will have to be submitted as proof of turnover. Alternatively, auditor s certificate may be provided. A consultant would qualify for financial bid evaluation if it has met all eligibility criteria and scored a minimum of 70 Marks out of a total of 100 Marks as per the Evaluation Criteria BLANK 1.15 Evaluation of the Financial Bids The commercial bids will be evaluated out of 100. L1 (Lowest Bidder) will get 100 marks and the others will get marks in proportion to be Bid. Thus, if the quote of L1 is Rs. X and L2 is Rs. 2X, then L2 will get 50 marks. Financial score (FS) would be assigned as per the below formula: FS = (Lowest Financial Bid x 100)/ (Financial Bid of the consultant) While calculating Financial Score, only financial bids without GST would be taken into account for each technically qualified bidders. Technically qualified bidder with the Lowest Financial Bid shall be assigned full marks of Quality and Cost Based Selection (QCBS) i) Combined Score would be calculated by assigning 80% weight to technical score (TS) and 20% weight to financial score (FS). Hence, CS = [80% x TS] + [20% x FS] ii) iii) The bidder achieving the highest combined score CS shall be declared to be the Preferred Bidder and shall be considered for award of the consultancy assignment. All scores shall be calculated up to 2 decimal places. In case of tie, the bidder scoring the higher financial score, FS amongst the tie bidders shall be declared to be the Preferred 14

15 Bidder and would be considered by the Andhra Pradesh Drinking Water Supply Corporation for the issuance of the Letter of Award. 15

16 1.17 Bid Processing Fee Other Information i) Bidders have to submit as part of their Techno-Commercial Bid a bid processing fee of Rs. 10, (Rupees Ten Thousand only). The bid processing fee should be in the form of a demand draft in favor of Managing Director, Andhra Pradesh Drinking Water Supply Corporation and payable in Vijayawada One Bid per Bidder A bidder shall submit only one bid. The RFP and the bid are not transferable Bid Validity The required validity of the bids is 90 days from the last date of bid submission. In exceptional circumstances and prior to expiry of the original time limit, the Andhra Pradesh Drinking Water Supply Corporation may request the bidders to extend the period of validity for a specified additional period. The request and the bidder's responses shall be made in writing. A bidder agreeing to the request shall not be required or permitted to modify his Bid but shall be required to extend the bid validity and the validity of bid security for the additional period as requested Effective Date and Duration of Contract i) The effective date of the contract shall be 7 (Seven) days from the issue of the Letter of Award in favor of the Preferred Bidder. The time period for completion of the job shall be counted from this date. ii) The duration of the contract shall be for a period of 12 months Extension of Contract: The contract may be extended as required with mutual consent of both the parties Taxes and Duties i) GST shall be reimbursed at applicable rates on submission of proof of payment exclusively. ii) iii) All other taxes and duties if any are to be included in the quoted consultancy fee. Any new taxes levied by the Government and statutory increase in GST and other applicable cesses during the tenure of the contract shall be reimbursed by the Andhra Pradesh Drinking Water Supply Corporation on submission of relevant documentary evidence. 16

17 iv) Applicable taxes shall be deducted at source as per statutory requirements. A certificate of TDS shall be provided to the consultancy firm for the deducted amount Correspondence All correspondence in this regard shall be addressed to: Managing Director Andhra Pradesh Drinking Water Supply Corporation Gollapudi, Vijayawada Andhra Pradesh Telephone: Address- mdapdwsc@gmail.com 1.24 Legal Jurisdiction: The matter relating to any dispute or difference arising out of this RFP and subsequent contract awarded based on this RFP, if any, shall be subject to the competent court of law within Vijayawada Settlement of Disputes: In the event of any dispute, controversy of claim between the parties (the consultancy firm and the Andhra Pradesh Drinking Water Supply Corporation) arising out of the breach, termination or invalidity thereof, the parties shall use their best endeavors to resolve the matter amicably. If the parties are unable to resolve the dispute amicably within 15 (fifteen) days of one party notifying in writing of the existence of the dispute, controversy or claim, either party may serve formal written notice on the other that a material dispute has arisen. If the parties are unable to resolve the dispute within 10 (ten) days of receipt of such notice, the dispute shall be referred to the Principal Secretary, Rural Water Supply and Sanitation Department, Government of Andhra Pradesh and the decision taken by him shall be binding upon both the parties Force Majeure If, at any time, during the pendency of the contract, the performance in whole or in part, by either party is prevented or delayed by war, strike, riot, crime or due to any act of God such as hurricane, flooding, earthquake, volcanic eruption beyond the control of both the parties such as war, strike, insurrection, riot, earthquake, storm, flood, fire which are beyond the control of either party (hereinafter referred to as 'eventualities'), then provided notice of the happening of any such eventuality is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall by reason of such eventuality be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance and work under this contract shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist and the decision of the Andhra Pradesh Drinking Water Supply Corporation as to when the work has to be resumed shall be final and conclusive. The time of completion shall then be extended by a period equal to the period during 17

18 which the eventuality was prevailing. In case of persisting delay of more than three months both the parties may consult each other and arrive at an appropriate decision regarding continuation or otherwise of the contract Confidentiality The consultancy firm and their personnel shall not disclose confidential information relating to the assignment, to anyone, except as required as per law, without the prior written consent of the Andhra Pradesh Drinking Water Supply Corporation Limitation of Liabilities Notwithstanding anything contained in the contract, the Andhra Pradesh Drinking Water Supply Corporation agrees that the consultancy firm shall not be liable to the Andhra Pradesh Drinking Water Supply Corporation, for any losses, claims, damages, liabilities, cost of expenses ( Losses ) of any nature whatsoever, for an aggregate amount in excess of the fee paid under the contract for the services provided under the contract, except where such losses are finally judicially determined to have arisen primarily from fraud or bad faith of the consultancy firm. In no event shall the consultancy firm, be liable for any consequential (including loss of profit and loss of data), special, indirect, incidental, punitive or exemplary loss, damage or expense relating to the services provided pursuant to this contract Conditions of Termination of the Contract The Andhra Pradesh Drinking Water Supply Corporation shall have the right to terminate this contract in part or in full under any of the following circumstances: i) Time is the essence of the contract and therefore, the contract is liable to be terminated if the consultancy firm fails to deliver the job within the stipulated date and time. ii) iii) iv) If the consultancy firm has been found to have made any false or fraudulent declaration or statement to get the contract or he is found to be indulging in unethical or unfair practices. In the event of non-performance / or unsatisfactory performance by the consultancy firm. If the consultancy firm becomes bankrupt or otherwise insolvent. v) When both parties mutually agree to terminate the contract. vi) vii) Any special circumstances, which must be recorded to justify the cancellation or termination of the contract. In any unlikely event of termination from the consultancy firm, the matter shall be discussed with the Andhra Pradesh Drinking Water Supply Corporation and shall have to be mutually agreed Conflict of Interest 18

19 The Andhra Pradesh Drinking Water Supply Corporation requires that consultancy firms provide professional, objective, and impartial advice and at all times hold the Andhra Pradesh Drinking Water Supply Corporation s interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work. Without limitation on the generality of the foregoing, consultancy firms, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below: i) A firm that has been engaged by the Andhra Pradesh Drinking Water Supply Corporation to provide goods, works or services other than consulting services for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the firm s consulting services for such preparation or implementation. ii) iii) A consultancy firm (including its personnel and sub-consultants) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the consultant to be executed for the same or for another party. A consultancy firm (including its personnel and sub-consultants) that has a business or family relationship with a member of the Andhra Pradesh Drinking Water Supply Corporation s staff who is directly or indirectly involved in any part of (a) the preparation of the Terms of Reference of the assignment, (b) the selection process for such assignment, or (c) supervision of the contract, may not be awarded the contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Andhra Pradesh Drinking Water Supply Corporation throughout the selection process and the execution of the contract. Consultancy firms have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of the Andhra Pradesh Drinking Water Supply Corporation, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the consultancy firm or the termination of the contract. Current employees of the Andhra Pradesh Drinking Water Supply Corporation cannot work as consultants under their own ministries, departments or agencies. Recruiting former government employees of the Andhra Pradesh Drinking Water Supply Corporation to work for their former ministries, departments or agencies is acceptable provided no conflict of interest exists. When the consultancy firm nominates any government employee as personnel in their Techno-Commercial Bid, such personnel must have written certification from their government or employer confirming that they are on leave without pay from their official position and allowed to work full-time outside of their previous official position. Such certification shall be provided to the Andhra Pradesh Drinking Water Supply Corporation by the bidder as part of the Techno-Commercial Bid. 19

20 Definitions In the context of this RFP, as hereinafter defined, the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise demands. i) The Authority or Andhra Pradesh Drinking Water Supply Corporation shall mean The Andhra Pradesh Drinking Water Supply Corporation Limited and includes its authorized representative or any other person empowered on their behalf by Andhra Pradesh Drinking Water Supply Corporation. ii) iii) iv) Approved shall mean approval in writing including subsequent written confirmation of previous verbal approval(s). Rupees or INR shall mean the lawful currency in India. Singular & Plural words imparting the singular and plural meanings also mean the plural and singular where the context so requires. v) Work /Jobs shall mean the scope of services / works/ jobs required to be executed In accordance with this RFP. vi) vii) viii) Consultancy firm shall mean the Preferred Bidder whose bid has been accepted by the Andhra Pradesh Drinking Water Supply Corporation and a written intimation has been given by the Andhra Pradesh Drinking Water Supply Corporation to this effect and shall include his legal representative, successors and permitted assigns. Month & Year mean calendar month and calendar year. GST shall mean Goods and Services Tax. 20

21 Annexure I FORMAT FOR BID SUBMISSION (To be filled, signed, and attached) Ref. No: Date: From: Name & address of the bidder To [ ] Ref:RFP No: 2/AE/DEE/APDWSC/EPC Dated Sir, We the undersigned, through this letter are submitting our bid for selection as a Consultancy Firm for the Andhra Pradesh Drinking Water Supply Corporation. The undersigned is authorized to sign the BID SUBMISSION FORM and to finalize any contractual Terms & Conditions against the above mentioned RFP issued by Andhra Pradesh Drinking Water Supply Corporation. 1. We confirm acceptance of all the provisions and terms & conditions of the RFP including the Scope of Work and other terms & conditions. 2. We authorize the Andhra Pradesh Drinking Water Supply Corporation to proceed with due diligence necessary to verify the information presented by us in connection with the selection of the consultancy firm. 3. We confirm the veracity of the information presented in response to the RFP. 4. We have not participated in this bidding process through another bidder either directly or through its subsidiaries and/or affiliates. 5. We confirm that the validity of the bid is 90 days from the last date for submission of the bid. Our proposal is binding upon us. We understand that you are not bound to accept any proposal you receive. Yours sincerely, Signature of Authorized Signatory Name and Designation 21

22 Annexure II Format for submission of information towards eligibility criteria (To be filled, signed and attached) DETAILED INFORMATION ABOUT THE BIDDER Sl. ITEMS No. i) Name of the Company ii) Legal Status iii) (a)postal address of the Registered Office (b)telephone no.(s) (c) Fax No.(s) (d) Web site, (e) iv) (a) Name of the authorized representative (b) Designation and postal address (c) Telephone v) Year of incorporation of the company under the Companies Act vi) Banker s Name and Address vii) Registration Number (under companies Act) viii) Permanent Account Number (PAN) for Income Tax ix) GST details x) Annual turn over the last three completed financial years (a) (b) (c) (d) (e) (a) (b) (c) Financial Year FY DETAILS Annual Turn Over (Rs. Crore) FY FY Average Annual Revenue Scanned copies of certificates, documents, audited financial statements, as applicable to be provided. Auditor s certificate or copies of audited financial statement shall be furnished as evidence of revenue of the consultant for the last three financial years. Signature, Name & Designation of the Authorized Signatory 22

23 Annexure III (To be filled, signed and attached) Format for providing a summary of experience of the bidder in the last seven years in India Sl. no. Period (From- To) Name of the Assignment Name of the Client Client Type Location, State A brief description of the job Project Cost (in Rs Crore) Date of Completion of Transaction Supporting Document (Completion Certificate issued by the client) N.B: Detailed Experience of the Bidder corresponding to each completed project / transaction shall be provided as per Format IIIA. Copy of completion certificate issued by respective client shall be furnished as evidence of successful completion of project / transaction. Date: Place: Signature of Authorized Representative of the bidder *The certificates enclosed as proof should show the cost of project clearly. 23

24 Annexure IIIA Format for providing detailed experience of the consultant Name of project / transaction: Country and location where project is located Total project cost (Rs cr) Client reference Name: Phone No: Fax: Id: Date on which the transaction / bid process was completed and awarded to the successful bidder Name of key personnel of consultant involved in the transaction Start and end dates of the consultancy services for bid process management Description of the transaction / project Description of actual services provided by the consultant Signature of Authorized Representative of the bidder Copy of completion certificate issued by the client shall be furnished as evidence of successful completion for each project / transaction. Repeat the above table for each project / transaction claimed in. 24

25 Annexure IV FORMAT OF SELF DECLARATION (On the Letter head of the Bidder) (To be filled, signed and attached) I. the undersigned, son/daughter of... am the authorized signatory for M/s...for participating in this bidding, hereby solemnly affirm and declare that: 1. Our firm M/s...has not been penalized or has ever been found involved in any financial or criminal misconduct by the Government or any other Agency, in India or abroad. 2. And also, our firm has never been blacklisted or banned or suspended from participating in Government bidding in the past. Date: Place: Signature of Authorized Representative of the bidder. 25

26 Annexure V Format for CVs/ profile of the proposed team The bidder is required to provide details of personnel proposed to be involved in the assignment. Sl. no. Key Personnel 1 Team leader Name of proposed person Qualification Area of Specialization Years of relevant experience Number of projects / transactions/consultancy services for which consultancy service provided Bid Process management in India to government entities/ PSU Experience in Rural Drinking water project Experience in working with Government of Andhra Pradesh entity 2 Transaction Specialist 3 Engineering Specialist N.B: CVs providing details of the projects referred to in the above table shall be provided. Date: Place: Signature of Authorized Representative of the bidder (Enclose relevant copies in support of above) 26

27 Annexure VI Format for Submission of Financial bid Ref. No: Job RFP for appointment of consultant to undertake bid process management for the selection of contractors to construct water supply projects in eight districts of Andhra Pradesh under Bank Loans Date: FINANCIAL BID Total consultancy fees for the assigned job (in INR) excluding GST but including all other costs, taxes, duties [Financial Proposal ] In figures In words Yours sincerely Signature of Authorized Signatory Name and Designation NOTE: i) Consultancy fees as quoted above shall include all expenses including travelling, boarding and lodging charges, out of pocket expenses etc. and any other expenses related to the job. ii) The quoted price shall remain firm during the entire period of the contract. The price shall not be subject to variation for any reason whatsoever. iii) GST shall be paid by Andhra Pradesh Drinking Water Supply Corporation over and above the consultancy fee on submission of proof of exclusive payment.. iv) No other payment, except the price quoted as per financial bid shall be payable. 27

Request for Proposal DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA VOLUME I. Request for Proposal. June 2014

Request for Proposal DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA VOLUME I. Request for Proposal. June 2014 DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA Request for Proposal VOLUME I Request for Proposal June 2014 KARNATAKA RENEWABLE ENERGY DEVELOPMENT LIMITED Request for Proposal Contents Volume

More information

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014) REQUEST FOR PROPOSAL (RFP) (UNDER PUNJAB PROCUREMENT RULES, 2014) For Appointment of Legal Advisers for Lahore Knowledge Park Company LAHORE KNOWLEDGE PARK COMPANY (LKPC) Higher Education Department, Government

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

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida स -56/1, स क टर-62, स स थ गत क ष त र, न एड 201307 CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING C-56/1, Sector-62, Institutional Area, Noida 201307 द रभ ष/Tel: 01203063311-13, फ क स/Fax::01203063317, Ref.

More information

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata 700001, Telephone No.033-22546026 No: MMTC/KOL/Cartridge/2017-18 20.06.2017 INVITATION FOR TENDER MMTC invites sealed

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

DISTRIBUTION OF ELECTRICITY

DISTRIBUTION OF ELECTRICITY Planning Commission REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF LEGAL ADVISER FOR DISTRIBUTION OF ELECTRICITY RFP for Legal Consultant: PPP in Power Distribution iii Request for Proposal DISCLAIMER The

More information

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

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

More information

EXPRESSION OF INTEREST FOR EMPANELMENT OF PHOTOGRAPHERS FOR UNDERTAKING PHOTO SHOOTS FOR MADHYA PRADESH TOURISM BOARD

EXPRESSION OF INTEREST FOR EMPANELMENT OF PHOTOGRAPHERS FOR UNDERTAKING PHOTO SHOOTS FOR MADHYA PRADESH TOURISM BOARD EXPRESSION OF INTEREST FOR EMPANELMENT OF PHOTOGRAPHERS FOR UNDERTAKING PHOTO SHOOTS FOR MADHYA PRADESH TOURISM BOARD EOI Madhya Pradesh Tourism Board (MPTB) Corporate Identification Number (CIN) U75302MP2017NPL043078

More information

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016 Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT for IDBI Asset Ltd. RFP No: IDBI AML/HR/RFP/2016 17/001 Date: 12/05/2016 Page 1 of 64 I TABLE OF CONTENTS

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL VIJAYAWADA MUNICIPAL CORPORATION Andhra Pradesh REQUEST FOR PROPOSAL PREPARATION OF DETAILED PROJECT REPORT FOR EXECUTION OF NEW & SMART DIGITAL HOUSE NUMBERING IN VIJAYAWADA CITY OCTOBER 2015 Vijayawada

More information

The tender document may be download from the website,www,cdac.in/

The tender document may be download from the website,www,cdac.in/ Ref: 19 (05)/2018-MMG 19-November-2018 C-DAC, Noida, a Scientific Society under the Ministry of Electronics and Information Technology, Govt. of India, invites electronic bids in single bid system for

More information

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED. THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED. (A Govt. of IndiaEnterprise) D. No. 59A-8/8-6B/1, 3 rd Floor, Main Road, Gurunanak Colony, Vijayawada-520008 Phone No.0866-2541055 Fax: 0866-2545055 Tender

More information

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO. ASSAM ELECTRICITY REGULATORY COMMISSION A.S.E.B. Campus, Dwarandhar, G. S. Road, Sixth Mile, Guwahati 781 022 e-mail aerc_ghy@hotmail.com Phone (0361) 2334442 Fax (0361) 2334432 No. AERC 649/2017/1 Dated

More information

Vizhinjam International Seaport Limited (A fully owned Govt of Kerala Undertaking) Thiruvananthapuram -14 LEGAL ADVISER

Vizhinjam International Seaport Limited (A fully owned Govt of Kerala Undertaking) Thiruvananthapuram -14 LEGAL ADVISER Vizhinjam International Seaport Limited (A fully owned Govt of Kerala Undertaking) Thiruvananthapuram -14 REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF LEGAL ADVISER TO PROVIDE LEGAL ADVISORY SERVICES FOR

More information

2013 REQUEST FOR PROPOSAL

2013 REQUEST FOR PROPOSAL 2013 REQUEST FOR PROPOSAL SELECTION OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT Bihar Urban Infrastructure Development Corporation Limited (A Government of Bihar Undertaking) #303, 3rd Floor, Maurya

More information

BHARAT HEAVY ELECTRICALS LIMITED,

BHARAT HEAVY ELECTRICALS LIMITED, Electroporcelains - 1 - Division, IISc Post - 1 - DOCUMENT CONTENTS SL. No. Description Page Nos 1.0 Notice Inviting Tender 2 1a Bid Application 3 1b Bid questionnaire - A 4 1c Bid questionnaire - B 5

More information

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year TENDER DOCUMENT For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year 2018-19 Date and Time of Submission: 21 st June 2018 till 10:30 AM Technical Bid opening: 21 st June 2018

More information

MUMBAI METRO RAIL CORPORATION LTD (MMRC)

MUMBAI METRO RAIL CORPORATION LTD (MMRC) MUMBAI METRO RAIL CORPORATION LTD (MMRC) E-TENDER REQUEST FOR PROPOSAL FOR APPOINTMENT OF SECRETARIAL AUDITOR FOR FY 2015-16 TO MEET THE COMPLIANCE OF SECRETARIAL AUDIT U/S 204 OF THE COMPANIES ACT, 2013

More information

FOR HOSTESS SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 7 TO 11 MARCH 2018

FOR HOSTESS SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 7 TO 11 MARCH 2018 Ref Number: (IUL) MMPRC/PRIV/2017/31 REQUEST FOR PROPOSAL (RFP) FOR HOSTESS SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 7 TO 11 MARCH 2018 FOR MALDIVES MARKETING AND PUBLIC RELATIONS CORPORATION 4 th

More information

PUNJAB TECHNICAL UNIVERSITY,

PUNJAB TECHNICAL UNIVERSITY, PUNJAB TECHNICAL UNIVERSITY, 1. NOTICE INVITING TENDER FOR HIRING OF BUSES Sealed Tenders are invited from reputed and established Bus Operators for supply of Buses on monthly requirement basis for a period

More information

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY OFFICE OF THE STATE COORDINATOR, STATE PROJECT MANAGEMNT UNIT, NATIONAL REGISTER OF CITIZENS, ASSAM OFFICE OF

More information

Tender notice Printing of Wall Calendars for the year 2015

Tender notice Printing of Wall Calendars for the year 2015 IDBI Bank Ltd Regd. Off. IDBI Tower, WTC Complex, Cuffe Parade, Mumbai 400 005 Tender notice Printing of Wall Calendars for the year 2015 IDBI Bank Ltd. invites sealed tenders from well established and

More information

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement of the current Information Technology IDBI Bank Limited. 22 July2014 1 TABLE OF CONTENTS SL # CONTENT PAGE # 1 Table of Contents 2 2 Document Control Sheet & Disclaimer 4 3 Section - I Background 6 4 Guidelines

More information

Request for Proposal VOLUME I. Request for Proposal. 07 Dec 2017

Request for Proposal VOLUME I. Request for Proposal. 07 Dec 2017 Request for Proposal SHORT TERM TENDER FOR DEVELOPMENT OF 860 MW (AC) SOLAR POWER PROJECTS IN KARNATAKA TO BE IMPLEMENTED IN 43 TALUKAS/ CONSTITUENCIES VOLUME I Request for Proposal 07 Dec 2017 KARNATAKA

More information

GAC GLOBAL HUB SERVICES HUB AGENCY STANDARD TERMS AND CONDITIONS. 1.1 In this Agreement, the following words shall have the following meanings:

GAC GLOBAL HUB SERVICES HUB AGENCY STANDARD TERMS AND CONDITIONS. 1.1 In this Agreement, the following words shall have the following meanings: GAC GLOBAL HUB SERVICES HUB AGENCY STANDARD TERMS AND CONDITIONS 1. DEFINITIONS 1.1 In this Agreement, the following words shall have the following meanings: "Affiliate" means a legal entity that at any

More information

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Unique No. NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Tender No. dtd.11.07.2014 Notice inviting Quotation

More information

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20..,

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20.., SHARE PURCHASE AGREEMENT This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20.., Between UTTAR PRADESH POWER CORPORATION LIMITED, a company incorporated under the Companies Act, 1956,

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

TO ORGANISE THE MALDIVIAN NIGHT-ITB FAIR 2018, BERLIN, GERMANY FOR THE YEAR 2018

TO ORGANISE THE MALDIVIAN NIGHT-ITB FAIR 2018, BERLIN, GERMANY FOR THE YEAR 2018 RFP Number: (IUL)MMPRC/PRIV/2017/24 REQUEST FOR PROPOSAL (RFP) TO ORGANISE THE MALDIVIAN NIGHT-ITB FAIR 2018, BERLIN, GERMANY FOR THE YEAR 2018 FOR MALDIVES MARKETING AND PUBLIC RELATIONS CORPORATION 4

More information

Tender Document PROVISION OF SECURITY SERVICES IN HEAD OFFICE OF PUNJAB THERMAL POWER (PVT) LIMITED. Punjab Thermal Power (Pvt) Ltd ( PTPL )

Tender Document PROVISION OF SECURITY SERVICES IN HEAD OFFICE OF PUNJAB THERMAL POWER (PVT) LIMITED. Punjab Thermal Power (Pvt) Ltd ( PTPL ) Tender Document PROVISION OF SECURITY SERVICES IN HEAD OFFICE OF PUNJAB THERMAL POWER (PVT) LIMITED Punjab Thermal Power (Pvt) Ltd ( PTPL ) Tel: +92-42-35750936-7, Fax: +92-42-35750939 Punjab Thermal Power

More information

MECON LIMITED A Government of India Enterprise

MECON LIMITED A Government of India Enterprise TENDER NOTICE Sub: Tender Enquiry for supply and installation of Active Directory System under DGS&D Rate Contract in MECON offices at Ranchi, Delhi & Bangalore office. A. TENDER ENQUIRY NO. 11.74/Active

More information

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

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

More information

TENDER 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

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

of Server No. of Server Period of AMC 06 One year The details of tender document are as below: 26-April-2018 NOTICE INVITING e-tender C-DAC Noida, a Scientific Society under the Department of Electronics and Information Technology, Ministry of Communications & Information Technology, Govt. of India,

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

FOR TRANSPORT SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 04 TH TO 12 TH MARCH 2018

FOR TRANSPORT SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 04 TH TO 12 TH MARCH 2018 Ref Number: (IUL) MMPRC/PRIV/2017/32 REQUEST FOR PROPOSAL (RFP) FOR TRANSPORT SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 04 TH TO 12 TH MARCH 2018 FOR MALDIVES MARKETING AND PUBLIC RELATIONS CORPORATION

More information

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card Request for Proposal (RFP) For Engagement of Consultant for IDBI Bank Credit Card Tender Notice IDBI Bank Limited invites sealed offers from established consultant for preparation & review of processes,

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

Government of Andhra Pradesh

Government of Andhra Pradesh Government of Andhra Pradesh The Andhra Pradesh Shilparamam Arts, Crafts & Cultural Society, Vijayawada Tender Notice No. 882/SACCS/GM/FC/KKD/2018 Dated: 04.12.2018 TENDER (BID) DOCUMENT FOR OPERATION

More information

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R)) invites tender for the following:

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R)) invites tender for the following: TENDER NOTICE SATS Airport Services Pte Ltd (Co Reg. No. 198500561R)) invites tender for the following: TENDER NO: DESCRIPTION: Supply, delivery, testing and commissioning on a turnkey basis of one (1)

More information

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS THE REPUBLIC OF LIBERIA PUBLIC PROCUREMENT AND CONCESSIONS COMMISSION PUBLIC PROCUREMENT AND CONCESSIONS ACT, 2005 PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS REPUBLIC OF LIBERIA REGULATIONS ACCOMPANYING

More information

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt TENDER DOCUMENT For Consultancy for ISO 9001:2008 Certification Tender Reference Number: 15-5/2012-Lib. Dt. 09.08.2012 Government of India SOUTHERN REGION FARM MACHINERY TRAINING & TESTING INSTITUTE Tractor

More information

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 P r i v a t e & C o n f i d e n t i a l

1 P a g e P r i v a t e & C o n f i d e n t i a l 1. 2. 3. 4. 5. 6: Instructions to the Bidders 6: Instructions to the Bidders 6: Instructions to the Bidders 6: Instructions to the Bidders 6: Instructions to the Bidders 6.12 - Documents Comprising the

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

TENDER DOCUMENT FOR E-AUCTION FOR MINING LEASE OF GRAPHITE & ASSOCIATED MINERAL [ ] GRAPHITE BLOCK

TENDER DOCUMENT FOR E-AUCTION FOR MINING LEASE OF GRAPHITE & ASSOCIATED MINERAL [ ] GRAPHITE BLOCK TENDER DOCUMENT FOR E-AUCTION FOR MINING LEASE OF GRAPHITE & ASSOCIATED MINERAL OF [ ] GRAPHITE BLOCK DIRECTORATE DEPARTMENT OF MINES & GEOLOGY GOVERNMENT OF JHARKHAND Tender No: Forward Auction No: Date

More information

FOR TRANSPORT SERVICES DURING ITB 2017, BERLIN, GERMANY FROM 8 TH TO 12 TH MARCH 2017

FOR TRANSPORT SERVICES DURING ITB 2017, BERLIN, GERMANY FROM 8 TH TO 12 TH MARCH 2017 Ref Number: (IUL) MMPRC/PRIV//3 REQUEST FOR PROPOSAL (RFP) FOR TRANSPORT SERVICES DURING ITB, BERLIN, GERMANY FROM 8 TH TO 12 TH MARCH FOR MALDIVES MARKETING AND PUBLIC RELATIONS CORPORATION 4 th Floor,

More information

For Network & Telecom Managed Services

For Network & Telecom Managed Services Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/2015-16/013 29 - July - 2015 For Network & Telecom Managed Services For IDBI Bank RFP No: IDBI / PCell / RFP/ 2015-16 / 013 / 29 July 2015 Page 1 of 88

More information

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) BIDDING DOCUMENT for Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) 1. SUPPLY OF SINGLE PHASE PRE-PAID

More information

Contract No: C21/11/16 SERVICE LEVEL AGREEMENT. between. [INSERT NAME] Registration Number: [INSERT] ("the Service Provider ) and

Contract No: C21/11/16 SERVICE LEVEL AGREEMENT. between. [INSERT NAME] Registration Number: [INSERT] (the Service Provider ) and Contract No: C21/11/16 SERVICE LEVEL AGREEMENT between [INSERT NAME] Registration Number: [INSERT] ("the Service Provider ) and INDUSTRIAL DEVELOPMENT CORPORATION OF SOUTH AFRICA LIMITED a corporation

More information

INDIAN STATISTICAL INSTITUTE

INDIAN STATISTICAL INSTITUTE ~--~----------------~ INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road 1".m,.", v..,,,,1 Kolkata- 700108 Tender ID No: ERUINIT/04/2018 Date: 19/0112018 NOTICE INVITING TENDER Tenders are invited

More information

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA ADMIN/PHOTOCOY&BINDING/816 /2017 8 th September, 2017 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA Sealed Quotations (based on single bid) are

More information

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ]

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] AMONG (1) REGIONAL TRANSPORTATION DISTRICT (RTD); (2) DENVER TRANSIT PARTNERS, LLC, a limited liability company

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

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO. ASSAM ELECTRICITY REGULATORY COMMISSION A.S.E.B. Campus, Dwarandhar, G. S. Road, Sixth Mile, Guwahati 781 022 e-mail aerc_ghy@hotmail.com Phone (0361) 2334442 Fax (0361) 2334432 No. AERC. 8/2002/B/01 Dated

More information

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

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

More information

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications For more information contact: Daniel E. Migura Jr. Phone: 512-719-6557 1821 Rutherford Lane, Suite #300

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

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

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

More information

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi - 110003 TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE

More information

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited Invitation for Expression of Interest for appointment of consultant for adoption & implementation of International Financial Reporting Standards (IFRS) converged Indian Accounting Standards (Ind AS) in

More information

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

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

More information

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

Ministry of Textiles Government of India Udyog Bhawan, Rafi Marg, New Delhi REQUEST FOR PROPOSAL

Ministry of Textiles Government of India Udyog Bhawan, Rafi Marg, New Delhi REQUEST FOR PROPOSAL Ministry of Textiles Government of India Udyog Bhawan, Rafi Marg, New Delhi REQUEST FOR PROPOSAL Appointment of a Consultant for International Conference by Ministry of Textiles 27 th March 2017 1 MINISTRY

More information

Request for Qualification. For. Power Supply Agreement. For

Request for Qualification. For. Power Supply Agreement. For RFQ No.: APSPDCL/02/DBFOO Dated : 23 rd March 2015 Request for Qualification For Power Supply Agreement For Procurement of Electricity for 1000 MW capacity under long term by APDISCOMS on Design, Built,

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

KATESTONE CONSULTING SERVICES AGREEMENT

KATESTONE CONSULTING SERVICES AGREEMENT KATESTONE CONSULTING SERVICES AGREEMENT DATE [insert date] AGREEMENT NO. [insert agreement #] PARTIES Katestone Environmental Pty Ltd ACN 097 270 276 16 Marie Street Milton QLD 4064 Fax No.: (07) 3369

More information

Tender. for. Indian Institute of Technology Jodhpur

Tender. for. Indian Institute of Technology Jodhpur Tender for WatchGuard (XTM-1050) Security License Renewal at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/IT/2016-17/37 NIT Issue Date : 25 January 2017 Last Date of Submission : 13 February

More information

DRAFT. OCE Funding Agreement

DRAFT. OCE Funding Agreement (Trilateral) MIS#: This Agreement is made between ( Client ), ( Research Partner ), (Client and Research Partner collectively referred to as the Participants ), and Ontario Centres of Excellence Inc. (

More information

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website:

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website: TENDER NOTICE SATS Airport Services Pte Ltd (Co Reg. No. 198500561R) invites tenders for the following: TENDER NO: CT1110B031 DESCRIPTION: TENDER FOR THE PROVISION OF MAINTENANCE, REPAIRS, AND MINOR WORKS

More information

DIRECTOR SHRI VINOBA BHAVE CIVIL HOSPITAL

DIRECTOR SHRI VINOBA BHAVE CIVIL HOSPITAL DIRECTOR SHRI VINOBA BHAVE CIVIL HOSPITAL REQUEST FOR PROPOSAL CUM QUALIFICATION FOR SETTING UP OF MEDICAL COLLEGE IN DADRA & NAGAR HAVELI IN PPP MODE September 2015 Director Medical & Health Services

More information

COMMON TERMS AND CONDITIONS FOR CASH MANAGEMENT PRODUCTS & SERVICES

COMMON TERMS AND CONDITIONS FOR CASH MANAGEMENT PRODUCTS & SERVICES v1.2 (01062015) COMMON TERMS AND CONDITIONS FOR CASH MANAGEMENT PRODUCTS & SERVICES By subscribing or applying for the Banking Services the Applicant agrees to the terms and conditions ( Terms ) below.

More information

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

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

More information

NATIONAL LAW UNIVERSITY, ODISHA, CUTTACK (Established by Act 4 of 2008) OFFER DOCUMENTS For Purchase of Books for the University s Library. (Purchase Enquiry No. NLUO/LIBRARY/2018(3) Dt.26.11.2018) T h

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

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags Government of India Ministry of Defence Office of the Controller of Defence Accounts No.1, Staff Road, Secunderabad 500 009 TELE: 040-27843385 FAX: 040-27817275 No. AN/III/2001/OC/briefcases & hb/16-17

More information

Ministry of Environment, Forest & Climate Change, Government of India Indira Paryavaran Bhawan, Jor Bagh Road, New Delhi

Ministry of Environment, Forest & Climate Change, Government of India Indira Paryavaran Bhawan, Jor Bagh Road, New Delhi REQUEST FOR PROPOSAL (RFP) For selection of AGENCY FOR CONCEPTUALIZATION AND MANAGEMENT OF THE INDIA PAVILION; AND CONTENT DEVELOPMENT, CREATION AND EXECUTION OF SIDE-EVENTS/ RELEVANT PUBLICATIONS/ EXHIBITIONS

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

OPEN TEXT PROFESSIONAL SERVICES AGREEMENT

OPEN TEXT PROFESSIONAL SERVICES AGREEMENT OPEN TEXT PROFESSIONAL SERVICES AGREEMENT IMPORTANT - PLEASE READ CAREFULLY - BY ACCEPTING A QUOTATION OR STATEMENT OF WORK FOR PROFESSIONAL SERVICES FROM OPEN TEXT CORPORATION OR ONE OF ITS AFFILIATES

More information

INSTRUCTION FOR BIDDERS FOR

INSTRUCTION FOR BIDDERS FOR INSTRUCTION FOR BIDDERS FOR PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR THE DESIGN OF A MULTI-STORIED UTILITY CUM BIO INCUBATION CENTRE AT TRIVANDRUM JULY 2017 HITES (A FULLY OWNED SUBSIDIARY OF HLL

More information

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , 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,

More information

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.) National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)-140401 NOTICE INVITING TENDERS Separate sealed tenders with 120 days validity from the date of opening

More information

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

Republic of Uganda. Bidding Document for Framework Contracts for Supplies Republic of Uganda Bidding Document for Framework Contracts for Supplies Subject of Procurement: Supply of Electrical [Lot 1] and Plumbing Materials [Lot 2] Under Framework Contract Procurement Reference

More information

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 DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NAME: PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NUMBER: PODCPF/TENDER/1/2013 SECRETARIAT OFFICE,

More information

Development of Transport Nagar at Tewar Village, Jabalpur on DBFOT (Design, Built, Finance Operate and Transfer) Basis under PPP Mode

Development of Transport Nagar at Tewar Village, Jabalpur on DBFOT (Design, Built, Finance Operate and Transfer) Basis under PPP Mode Development of Transport Nagar at Tewar Village, Jabalpur on DBFOT (Design, Built, Finance Operate and Transfer) Basis under PPP Mode Request for Qualification cum Proposal (RFP) Volume II: Instruction

More information

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS 1 CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS (An autonomous Centre of the Department of Biotechnology) Ministry of Science & Technology, Govt. of India) Office Block: Hostel & Residential Complex, Opp.

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Complex, New Market, Gangtok on Design, Build, Finance, Operate and Transfer Basis REQUEST FOR PROPOSAL Construction of Multilayer Car Park-cum-Commercial Complex at Star Cinema Hall Complex, New Market,Gangtok,

More information

Indian Institute of Information Technology Pune

Indian Institute of Information Technology Pune Indian Institute of Information Technology Pune A/P: Sadumbre, Tal: Maval, District: Pune. Dr. Anupam Shukla Website: www.iiitp.ac.in email: director.iiitp@gmail.com Director Phone: 0211-4257000 Ref. No:IIITP/Account/Tender/CA

More information

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No. 1000185795 Team Manager (Project CUBE) Bharatt Petroleum Corporation Limited Shanti Bhavan,

More information

Agreement for Supply of Services (short form)

Agreement for Supply of Services (short form) Agreement for Supply of Services (short form) The British Council: The Client Date: [THE BRITISH COUNCIL, incorporated by Royal Charter and registered as a charity (under number 209131 in England & Wales

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

Sale of NPL accounts by Dena Bank Invitation for submission of EoI

Sale of NPL accounts by Dena Bank Invitation for submission of EoI Sale of NPL accounts by Dena Bank Invitation for submission of EoI Dena Bank (or the Bank ) invites Expression of Interest from ARCs, Banks, FIs and eligible NBFCs for the proposed sale of its Non Performing

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

Client Order Routing Agreement Standard Terms and Conditions

Client Order Routing Agreement Standard Terms and Conditions Client Order Routing Agreement Standard Terms and Conditions These terms and conditions apply to the COR Form and form part of the Client Order Routing agreement (the Agreement ) between: Cboe Chi-X Europe

More information

Dated this day of 201X. Between. [ ] (Company No.: [ ]) ( XYZ ) And. [ ] (Company No.: [ ]) ( Company ) SERVICE AGREEMENT

Dated this day of 201X. Between. [ ] (Company No.: [ ]) ( XYZ ) And. [ ] (Company No.: [ ]) ( Company ) SERVICE AGREEMENT Dated this day of 201X Between (Company No.: ) ( XYZ ) And (Company No.: ) ( Company ) SERVICE AGREEMENT THIS SERVICE AGREEMENT is made on the day of 201X BETWEEN (1) (Company No.: ), a private company

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