No.6051/DOI/ICE/EME/RFP No / Screw M- 10x40 /Accr

Size: px
Start display at page:

Download "No.6051/DOI/ICE/EME/RFP No / Screw M- 10x40 /Accr"

Transcription

1 Tele: /43 Fax: Registered Post IHQ of MoD (Army) Dte of Indigenisation (DOI) MGO,s Branch/DGEME Wing-5, 2nd Floor, West Block-III RK Puram, New Delhi No.6051/DOI/ICE/EME/RFP No / Screw M- 10x40 /Accr 24 Sep 2014 M/s REQUEST FOR PROPOSAL (RFP) FOR ITEM PART NO CSN Screw M-10x40 QTY-06 NOS, PART No Cylinder, QTY-05 NOS, PART No Nut, QTY- 03 NOS, PART No /CSN Washer 12, QTY -56 NOS, PART No Dead eye, QTY -11 NOS, PART No Piping QTY -03 NOS. PART No /CSN Washer, QTY - 10 NOS. PART No /CSN Washer 25, QTY 10 NOS. DATED 24 SEP 2014 DTE OF INDIGENISATION Invitation of Bids for Indigenous development of various types of items for Bridge Laying Truck AM-50B (T-815) 1. Bids in sealed cover are invited for indigenous development of Items listed in Part II of this RFP. The quotation should be sent in duplicate in double cover. The outer cover should be sealed and marked with Item, Part No, RFP No. & date of opening of RFP to avoid the bid being declared invalid. 2. The address and contact numbers for sending bids or seeking clarifications regarding this RFP are given below:(a) Bids / queries to be addressed to: Deputy Director General (Indigenisation) (b) Postal address for sending Bids:, IHQ of MoD (Army), Dte of Indigenisation,, Wing5, 2nd Floor, West Block-III R K Puram, New Delhi (c) Name and Designation of contact person: Lt Col Anuj Thapa, Jt Director (d) Telephone numbers of the contact person: , (e) id of contact person: : doi-army@nic.in (f) FAX number: (g) Type of Bid: Single Bid (h) Last date and time for depositing of bid: _27 Nov 2014 (1400 hrs). 3. This RFP is divided into five parts as follows:(a) Part I. Contains general information and instructions for the bidders about the RFP such as the time, place of submission and opening of tenders, validity period of tenders, etc. (b) Part _II. Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. The sample of item may be examined by venders at COD, Jabalpur (MP) before submission of quotation. Contd-2..

2 -2(c) Part III. Contains Standard Conditions of RFP, which are given in the DPM 2009 from page 175 to 183 (available in MoD website and can be provided on request) will form part of the contract with the successful bidder. (d) Part IV. Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful bidder. (e) Part V. Contains evaluation criteria and format for price bids. 4. Security Deposit:- In case of your firm is L-1, as per terms and condition of DPM-2009 the bidder is required to submit Performance Guarantee by way of Bank through a Public Sector Bank or Private Sector Bank authorised to conduct Government business (e.g ICIC Bank Ltd,: Axis Bank Ltd or HDFC Bank Ltd) for a sum equal to 10% of the Supply order in favour of PCDA G Block, New Delhi as per format given in form DPM This RFP is being issued with no financial commitment and the buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. 6. The vendors are requested to enclose DGQA/DGS&D/DRDO/OFB/NSIC registration certificate. a copy of your latest 7. title. Complete and detailed RFP can be down loaded from by entering tender 8. Please acknowledge receipt. Thanking you, Yours faithfully, ( Anuj Thapa ) Lt Col Jt Dir, IC (EE) for DDG (I) 1. The Commandant COD Jabalpur Pin C/o 56 APO : For information & necessary action. Please render all assistance to civil vendors as and when approached. 2. DSW (EE) C/o CQA (EE) Aundh Camp Pune : For information & necessary action. Please render all assistance to civil vendors s as and when approached. 3. The Controller CQA (EE) : Please confirm correctness of Part No &AHSP responsibility along with availability of Drg Aundh Camp, Pune-27

3 Part I General Information 1. Last Date and Time for Depositing the Bids: (1400 hrs 27 Nov_2014 ). The sealed bids should be deposited/reach by the due date and time. The responsibility to ensure this lies with the bidder. 2. Location of the Tender Box: Reception Office of IHQ of MoD (Army), Dte of Indigenisation, Wing-5, 2nd Floor, West Block-III R K Puram, New Delhi Only those bids that are found in the tender box will be opened. Bids dropped in the wrong tender box will be rendered invalid. 3. Manner of Depositing the Bids. Sealed bids should be either dropped in the tender box marked as TENDER BOX : DOI / DGEME or sent by registered post at the address given above so as to reach by the due date and time. Late tenders will not be considered. No responsibility will be taken for postal delay or non delivery/ non-receipt of bid documents. Bids sent by FAX or will not be considered. 4. Time and Date for Opening of Bids: (1500 hrs_27 Nov 2014). (If due to any exigency, the due date for opening of the bids is declared a closed holiday, the bids will be opened on the next working day at the same time or on any other day/time, as intimated by the buyer). 5. Place of Opening of the Bids Conference Hall Dte of Indigenisation, Wing-5, 2nd Floor, West Block-III R K Puram, New Delhi The bidders may depute their representatives, duly authorized in writing, to attend the opening of bids on the due date and time. Rates and important commercial/technical clauses quoted by all bidders will be read out in the presence of the representatives of all the bidders. This event will not be postponed due to non-presence of your representative. 6. Single Bid System. RFP above. Single bid will be opened at time, date and venue as mentioned in the 7. Forwarding of Bids. Bids should be forwarded by bidders under their original memo / letter pad inter alia furnishing details like TIN number, VAT/CST number, bank address with EFT account if applicable, etc and complete postal and address of their office. 8. Clarification Regarding Contents of the RFP. A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the buyer in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents. 9. Modification and Withdrawal of Bids. A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in bidder s forfeiture of bid security. 10. Clarification Regarding Contents of the Bids. During evaluation and comparison of bids, the buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained. 11. Rejection of Bids. Canvassing by the bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. Contd-2

4 -212. Unwillingness to Quote. Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the bid, failing which the defaulting bidder may be de-listed for the given range of items as mentioned in this RFP. 13. Validity of Bids. The Bids should remain valid till 08 Months from the last date of submission of the bids. 14. Earnest Money Deposit. The EMD Rs (Rupees Nine thousand three hundred fifty four and paisa eighty four of the estimated cost ) may be submitted in the form of an account payee demand draft, fixed deposit receipt, banker's cheque or bank guarantee from any of the public sector banks or a private sector bank authorized to conduct government business as per Form DPM-13 (available in MoD website and can be provided on request). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The bid security of the successful bidder would be returned, without any interest whatsoever, after the receipt of performance security from them as called for in the contract. EMD is not required to be submitted by those bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender. 15. Registration. Successful bidder will be required to apply for registration. However, vendor already registered with DGAQA / DGQA / DRDO / OFB / DPSUs /Services Indigenisation Agencies / NSIC having valid registration will be considered as registered manufacturer/ vendor and copy of registration certificate to be enclosed alongwith the quotation. Part II Essential Details of Items/Services Required 1. Schedule of Requirements. List of items / services required is as follows:name/type of item/services/description of stores qty required Ser Part No No 1. CSN Description of Eqpt/Item Screw M10x40 Cylinder /CSN /CS N /CS N Qty Reqd (Nos) 06 Drg QAI Remarks Avl Avl 05 -do- -do- To be developed based on DRG & QAI attached. Nut 03 -do- -do- Washer do- -do- Dead eye Piping Washer do-do-do- -do-do-do- Washer do- -do- 2. Pre Bid Item Familiarisation. A display / demonstration of the ibid item can be arranged for the vendors at 505 Army Base Workshop, Delhi Cantt, New Delhi, for their familiarisation / understanding of the item prior to their submission of quotations. For this purpose, vendors may contact this office at tele Nos and , to arrange prior appointment with 505 Army Base Workshop, Delhi Cantt, New Delhi for their visit. Contd-3

5 -33. Technical Details. (a) Specifications/drawings / Sample, as applicable: On conclusion of the contract and issue of supply order to the L1 vendor, depot sealed sample is required to be collected by the vendor from COD, Jabalpur (MP). Draft drawings and Qualitative Assessment Instructions (QAIs) be prepared by the vendor and submitted to DSW (EE), Aundh Camp, Pune (Tele No & ) for approval within 140 days from date of issue of Supply Order. (b) Requirement of fitment / functional trials: (c) Requirement of technical documentation:- Yes Yes (d) Nature of assistance required after completion of warranty As per need basis. (e) Requirement of equipment inspection (if applicable): Jabalpur. Depot sample available at COD 4. Confirmation to the Bid. Bidders are required to accept the terms and conditions as given in the RFP. 5. Delivery Schedule. (a) Pilot Sample. Qty 03 pilot sample of each of above items to be offered to Det BWG (Q), 505 Army Base Workshop, Delhi Cantt, New Delhi, within 180 days from the date of approval of drawings and QAIs by DSW (EE), Aundh Camp, Pune. The pilot sample will be over and above the bulk quantity without any financial liability. It must be noted that the Pilot sample can be retrieved by the vendor from Det BWG (Q), 505 Army Base Workshop, Delhi Cantt after evaluation/trails and accord of Bulk Production Clearance (BPC) by the inspecting officer. (b) Bulk Supply. Bulk supply of above items` to be completed within 180 days from the date of issue of BPC to COD Jabalpur (MP). Please note that contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Any Sample out of the bulk consumed for quality check/testing shall be over and above the bulk qty and at no additional cost liability. However, the same can be retrieved by the vendor after the sample testing by the inspecting officer. 6. Delivery and Transportation. FOR Destination. i.e. the date on which the goods reach the destination as specified in the contract, unless otherwise stated. 7. Consignee details. COD, Jabalpur (MP). Part III Standard Conditions of RFP Given in the DPM 2009 from page 175 to 183 (available in MoD website and can be provided on request) Part IV Special Conditions of RFP The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of bid submitted by the Bidder. 1. Performance Guarantee. The bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (available in MoD website and can be provided on request). Contd-4

6 -42. Option Clause. The contract will have an option clause, wherein the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option or not. 3. Repeat Order Clause. The contract will have a Repeat Order Clause, wherein the Buyer can order upto 50% quantity of the items under the present contract within six months from the date of supply/successful completion of this contract, at cost less development cost, other terms and conditions remaining the same. The bidder is to confirm acceptance of this clause. It will be entirely the discretion of the Buyer to place the repeat order or not. 4. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 10% plus/minus increase or decrease the quantity of the required goods upto that limit without any change in the terms and conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit. 5. Parallel Development of Source. Development contract may as far as feasible may be concluded with two or more contractors in parallel, subject to the other vendors agreeing to match the price of L1, in case of higher deviation, the full / Economic Order Quantity (EOQ) order may be placed on L-1 vendor, subject to price being found reasonable. 6. Payment Terms for Indigenous Sellers. It will be mandatory for the bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/NEFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by bidders for receiving payments through ECS is at form DPM-11 (available in MoD website and can be given on request). Normally, 95% of the contract amount is released against provisional receipt of the item at the consignee s premises along with inspection note and other documents. Balance 5% is released after the stores have been properly checked and accounted for. 7. Advance Payments. No advance payment(s) will be made what so ever. 8. Paying Authority. (PCDA HQ, G Block, and New Delhi). The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill: (a) Ink-signed copy of Contingent Bill / Seller s Bill. (b) Ink-signed copy of Commercial Invoice / Seller s Bill. (c) Copy of Supply Order/Contract with U.O. number and date of IFA s concurrence, where required under delegation of powers. (d) CRVs of Consignee in duplicate. (e) Inspection Note. (f) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise Duty Challan, Customs Duty Clearance Certificate, Octroi Receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable. (g) Exemption Certificate for Excise Duty / Customs Duty, if applicable. (h) Bank Guarantee for advance, if any(j) Guarantee / warranty certificate. (k) Performance Bank Guarantee / Indemnity Bond where applicable. (l) DP extension letter with CFA s sanction, U.O. number and date of IFA s concurrence, where required under delegation of powers, indicating whether extension is with or without LD. Contd-5

7 -5(m) Details for electronic payment viz account holder s name, bank name, branch name and address, account type, account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract). (n) Any other document / certificate that may be provided for in the Supply Order / Contract. (o) User acceptance. (p) Xerox copy of PBG. (Note From the above list, the documents that may be required depending upon the peculiarities of the procurement being undertaken, may be included in RFP) 9. Force Majeure Clause. (a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as flood, fire, earth quake and other acts of God as well as war, military operation, blockade, acts or actions of state authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract. (b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences. (c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning. (d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances. (e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party here to reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received. 10. Specification. The following specification clause will form part of the contract placed on successful bidder. The Seller guarantees to meet the specifications as per Part-II of RFP and to incorporate the modifications to the existing design configuration to meet the specific requirement of the Buyer services as per modifications/requirements recommended after the Maintenance Evaluation Trials. All technical literature and drawings shall be amended as the modifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer, may carry out technical upgradation/alterations in the design, drawings and specifications due to change in manufacturing procedures, indigenisation or obsolescence. This will, however, not in any way, adversely affect the end specifications of the equipment. Changes in technical details, drawings repair and maintenance techniques along with necessary tools as a result of upgradation/alterations will be provided to the Buyer free of cost within 45 days of affecting such upgradation/alterations. 11. Transportation. For Consignee: The stores shall be delivered FOR Consignee. Seller will bear the cost and freight charges inclusive of packing, forwarding, transit insurance and any other charges as applicable to bring the goods to destination. contd-6

8 -612. Packing and Marking. The following packing and marking clause will form part of the contract placed on successful bidder:(a) The stores shall be securely packed free of any additional cost to the Govt, to avoid loss or damages in transit and to the satisfaction of the inspecting officer. It is entirely the responsibility of the contractor to ensure that the goods reach the consignee in fully serviceable condition. The packing shall be to the satisfaction of the inspecting officer and the contractor shall still remain responsible for the adequacy in transit. The packages shall be marked clearly with contract number and other necessary details for easy identification at consignee s end. The packing and forwarding charges will be borne by the manufacturer/contractor. (b) The packing of the equipment and spares/goods shall conform to the requirements of specifications and standards in force. (c) The store after inspection and acceptance by the Inspecting Officer mentioned hereinafter shall be dispatched to the consignee mentioned hereinafter by suitable transport. (d) Clear railway receipt shall be obtained from the Railways. The Railway receipt shall be sent to the Consignee direct, immediately after the consignment is dispatched. (e) The purchaser shall not pay separately for transit insurance and the contractor shall be responsible for the safe arrival of the stores at the destination. (f) If necessary, each package shall be marked with warning inscriptions: Top, Do Not Turn Over, category. 13. Quality Assurance Seller would be required to provide all test facilities at his premises for acceptance and inspection by Buyer. The item should be of the latest manufacture, conforming to the current production standard and having 100% defined life at the time of delivery. 14. Inspection Procedure (a) Evaluation of Pilot Sample. The contractor shall offer the pilot samples for evaluation alongwith pre-inspection report to the inspecting officer, Det BWG (Q), 505 Army Base Workshop, Delhi Cantt. The contractor will ensure that the pilot samples produced conform to drawings & specifications. The pilot evaluation will be carried out by the inspecting officer as per drawings and QAIs. Any improvement, changes & modifications, based on fitment and performance test of pilot, suggested by the inspecting officer, will be undertaken by the manufacturer at his own expense to meet the specified requirement. For fitment and performance, the sample is to be sent to the concerned Base Workshop / Field Workshop EME as per instructions received from the inspecting officer. No extra charges will be asked for by the manufacturer for the same. The pilot samples must meet the required specifications and perform the required functions. Pilot found conforming to drawings and specifications will be declared acceptable for issue of Bulk Production Clearance (BPC). (b) Bulk Inspection. (i) Normally inspection will be done at the contractor s premises but a certain number of stores as desired by the inspecting officer/ inspecting authority, may be required to be inspected / evaluated at any other place in India. (ii) The stores mentioned above shall be tested as per prescribed test schedule, the details of which will be obtained by the contractor from the inspecting officer. (iii) The stores shall be evaluated and finally accepted by the inspecting officer. If necessary, before acceptance the stores will also be subject to user s trials which shall be carried out by the contractor free of cost before final acceptance of the stores by the inspecting officer. contd-7..

9 -7(iv) The inspecting authority shall be the Sole Judge in deciding the sampling procedure that may be adopted. In any event a certain number of stores in the initial stage of production are likely to be subjected to detailed trials and destructive tests. Any Sample out of the bulk consumed for quality check/testing shall be over and above the bulk qty and at no additional cost liability. However, the same can be retrieved by the vendor after the sample testing by the inspecting officer. (v) If during the initial stage of production it is found that the contractor s production is to the required standard, the inspecting authority may resort to bulk sampling, in which event the inspecting authority s decision on the samples selected by the inspecting officer shall apply to the complete bulk and shall be binding on the contractor. (vi) Test Facilities. The contractor shall provide all the necessary facilities to the inspecting officer for the tests to be carried out by him. Testing charges for tests required to be carried out in Govt / NABL lab will be borne by the contractor. An intimation of the tests that might be required to be carried out shall be given by the inspecting officer to the contractor. (vii) Stage Inspection and Pre-Inspection. (aa) Stage inspection shall be the responsibility of the contractor. However, the inspecting officer or his authorized representative shall be permitted access to any part of the factory premises to satisfy himself without being hindrance in any way to verify through quality audit and surveillance that QA standards are maintained at all stages and during all processes of production. (ab) Manufacturer/ Contractor must satisfy themselves that the stores are in accordance with the terms of contract and fully conform to the required drawings/specifications by carrying out a thorough pre-inspection of each lot before actually tendering the same for inspection to inspecting officer. If the inspecting officer finds that pre-inspection of the consignment as required above has not been carried out, the consignment is liable for rejection. 15. Franking Clause. successful bidder:- The following Franking clause will form part of the contract placed on (a) Franking Clause in the case of Acceptance of Goods. The fact that the goods have been inspected after the delivery period and passed by the inspecting officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract. (b) Franking Clause in the case of Rejection of Goods. The fact that the goods have been inspected after the delivery period and rejected by the inspecting officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract. Contd-8..

10 -816. Warranty. bidder:- The following warranty will form part of the contract placed on the successful (a) Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articles sold/supplied to the Buyer under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/mentioned in contract. The Seller hereby guarantees that the said goods/stores/articles would continue to conform to the description and quality aforesaid for a period of 18 months from the date of delivery of the said goods stores/articles to the consignee. notwithstanding the fact that the Buyer may have inspected and/or approved the said goods/stores/articles, if during the aforesaid period of 18 months the said goods/stores/articles be discovered not to conform to the description and quality aforesaid not giving satisfactory performance or have deteriorated, and the decision of the Buyer in that behalf shall be final and binding on the Seller and the Buyer shall be entitled to call upon the Seller to rectify the goods/stores/articles or such portion thereof as is found to be defective by the Buyer within a reasonable period, or such specified period as may be allowed by the Buyer in his discretion on application made thereof by the Seller, and in such an event, the above period shall apply to the goods/stores/articles rectified from the date of rectification mentioned in warranty thereof, otherwise the Seller shall pay to the Buyer such compensation as may arise by reason of the breach of the warranty therein contained. (b) Warranty to the effect that before going out of production for the spare parts they will give adequate advance notice to the Buyer of the equipment so that the latter may undertake the balance of the lifetime requirements. 17. The clauses on Product Support, Annual Maintenance Contract and Engineering Support Package shall be incorporated per need basis. 18. Additional Requirements. (a) Rejected stores shall be suitably defaced / destroyed by the inspecting officer at his discretion without any financial liability to the purchaser. (b) Suitable and adequate accommodation will be provided by the contractor at his own premises for inspection and where ever necessary bond room facilities to the inspecting officer shall be provided to the purchaser free of cost. (c) The contractor shall inform all concerned as soon as the pilot / advance samples are approved by the inspecting officer. (d) The contractor shall send a fortnightly progress report of manufacture /inspection and supply of the stores to the purchaser/consignee and the inspecting officer. (e) The contractor shall make his own arrangement for the procurement of all materials required for this contract. (f) All queries and technical matters till such time the production is established shall be referred by the contractor to the inspecting officer, Det BWG (Q), 505 Army Base Workshop Delhi Cant, New Delhi. (g) Any improvement/change and modification suggested till the bulk manufacture commences shall be undertaken by the contractor at his own risk and expense to meet the requirements of the design/specification to the entire satisfaction of the inspecting officer. Contd-9..

11 -9(h) The drawings/specifications will not be reproduced or disclosed to any third party except to the authorized sub - contractor, if any, who will also be under similar obligation of the SECRECY and shall be immediately returned in good conditions to the issuing authority when the purpose of their issue has been served. (j) Inspecting Officer is authorized to carryout any other test considered relevant based on intended use of the subject store. (k) The depot sealed samples, if required will be collected from COD Jabalpur (MP) (subject to availability) on payment of an amount equal to 20% more than the price of the item mentioned in the contract in accordance with MOD letter No. 2(2)/97/D(S-II) dt Part V Evaluation Criteria & Price Bid Issues 1. Evaluation Criteria. The broad guidelines for evaluation of bids will be as follows:(a) Only those bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP. (b) The Lowest bid will be decided upon the lowest price quoted by the particular bidder as per the price format given at Para 2 below. All taxes and duties quoted by the bidders will be considered. The ultimate cost to the Buyer would be the deciding factor for ranking of bids. (c) The Bidders are required to spell out the rates of Customs Duty, Excise Duty, VAT, Service Tax, etc in unambiguous terms; otherwise their offers will be loaded with the maximum rates of duties and taxes for the purpose of comparison of prices. If reimbursement of Customs Duty / Excise Duty / VAT is intended as extra, over the quoted prices, the bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duties will be entertained after the opening of tenders. If a bidder chooses to quote a price inclusive of any duty and does not confirm inclusive of such duty so included is firm and final, he should clearly indicate the rate of such duty and quantum of excise duty included in the price. Failure to do so may result in ignoring of such offers summarily. If a bidder is exempted from payment of Customs Duty / Excise Duty / VAT Duty up to any value of supplies from them, they should clearly state that no excise duty will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of Customs Duty / Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise duty was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a bidder that excise duty will not be charged by him even if the same becomes applicable later on. In respect of the bidders who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of excise duty which is normally applicable on the item in question for the purpose of comparing their prices with other bidders. The same logic applies to Customs Duty and VAT also. (d) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (e) The lowest acceptable bid will be considered further for placement of contract / supply order after complete clarification and price negotiation as decided by the Buyer. The Buyer will have the right to award the contract to different Bidders for being lowest in particular items. The Buyer also reserves the right to do apportionment of quantity if it is convinced that lowest bidder is not in a position to supply quantity in stipulated time. (f) Any other criteria as applicable to suit a particular case. Contd-10..

12 -102. Price Bid Format. The price bid format is given below and bidders are required to fill this up correctly with full details, which shall be for COD Jabalpur (M.P.). Vendors are required to mention their TIN / CST No / VAT No prominently in the quote. (a) Detailed break up of per unit cost of above items:- S. No Break Up (a) Material (Imported/Indigenous) (b) Labour (c) Design & Development Cost (d) (e) (f) (b) Over Heads (i) Testing (ii) Packing (ii) Transportation (iv) Miscellaneous Profit: % Total Basic Cost per unit Accounting unit Kg/Mtr/Ltr/Nos etc Man Hours Qty 01Nos 01Nos 01Nos Cost (Rs) 01Nos 01Nos 01Nos Rs Details of Taxes. (i) Excise Duty. (aa) (ab) (ac) (ad) If applicable (Yes/No) Total value on which Excise Duty is leviable Value of Excise Duty (@ ) Surcharge on Excise Duty, if applicable Cess (@ ) (ae) Surcharge on Excise Duty, if applicable - HSE Cess (@ ) (af) Total value of Excise Duty payable (ii) Rs Rs CST/VAT. (aa) If applicable (Yes/No) (ab) Total value on which CST/VAT is leviable (ac) Value of CST/VAT (@ ) (iii) Rs Rs Rs Rs Rs Any other Taxes/Duties. (aa) If applicable - specify (ab) Total value on which tax leviable (ac) Value of tax (@ ) (c) Grand Total (per unit Rs. ) cost): Rs Rs Rs (In words:

13 3. A certificate as per Appendix A (Format enclosed) regarding acceptance of terms & conditions of RFP to be forwarded duly signed by appropriate Authority. CERTIFICATE 1. Reference: RFP No. 2. It is certified that all the terms & conditions mentioned in the above referred RFP ACCEPTABLE/NOTACCEPTABLE (Strike out whichever is not applicable). OFFICE SEAL PLACE: DATE: SIGNATURE Name Designation Firm Name & Address

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

Reply should be addressed to The Commanding Officer INS Kadamba Naval Base Karwar Quoting: 121/FL/GEN/Illumination 15 Nov 16

Reply should be addressed to The Commanding Officer INS Kadamba Naval Base Karwar Quoting: 121/FL/GEN/Illumination 15 Nov 16 Telephone: 08382-231206 Reply should be addressed to The Commanding Officer INS Kadamba Naval Base Karwar-581308 Quoting: 121/FL/GEN/Illumination 15 Nov 16 M/s REQUEST FOR PROPOSAL INS KADAMBA NAVAL BASE

More information

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS RFP No. DDG(E)/GP4/TOKEN 22 OF 2017-18 Serial Page No. 1 GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS PROJECT DIRECTOR & COMMANDER WORKS ENGINEERS (EQPT)1 NAVAL BASE POST, VISAKHAPATNAM

More information

NOTICE INVITING TENDER (LIMITED) FOR SUPPLY OF CONFERENCE BAG

NOTICE INVITING TENDER (LIMITED) FOR SUPPLY OF CONFERENCE BAG NOTICE INVITING TENDER (LIMITED) FOR SUPPLY OF CONFERENCE BAG TWO BID SYSTEM Ref NIT (L) No HRI/28/2289 Date: 02 Nov 18 Sealed Tenders are invited on behalf of the Director, Harish-Chandra Research Institute,

More information

RFP No. DDG(E)/GP2/TOKEN 04 of Serial Page No. 1

RFP No. DDG(E)/GP2/TOKEN 04 of Serial Page No. 1 RFP No. DDG(E)/GP2/TOKEN 04 of 2017-18 Serial Page No. 1 GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS PROJECT DIRECTOR & COMMANDER WORKS ENGINEERS (EQPT)2 NAVAL BASE POST, VISAKHAPATNAM

More information

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER 1 The Superintending Engineer on behalf of the Director, IISER Pune, invites sealed item rates tenders from

More information

Naval Base Karwar RFP No. 438/21/10/4/CEMS May 16 REQUEST FOR PROPOSAL/TENDER ENQUIRY

Naval Base Karwar RFP No. 438/21/10/4/CEMS May 16 REQUEST FOR PROPOSAL/TENDER ENQUIRY Tele: 08382-231253 INS Kadamba Naval Base Karwar 581 308 RFP No. 438/21/10/4/CEMS May 16 REQUEST FOR PROPOSAL/TENDER ENQUIRY 1. Sealed bids on single bid system are invited for Local procurement of Stores

More information

REQUEST FOR PROPOSAL FOR ANNUAL RATE COTRACT FOR SUPPLY OF CONDIMENTS AND GARAM MASALA

REQUEST FOR PROPOSAL FOR ANNUAL RATE COTRACT FOR SUPPLY OF CONDIMENTS AND GARAM MASALA Tele: 08382 233515/17 Reply should be addressed to The Base Victualling Officer COST OF TENDER RS.100/- REGISTERED Base Victualling Yard Naval Base Karwar 581 308 Quoting: BVY (KAR)/15-16/Condiments 16

More information

Part III Standard Conditions of RFP

Part III Standard Conditions of RFP Part III Standard Conditions of RFP The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered

More information

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO Instructions to Bidder Hiring of premises Appendix-G15 Instructions to Bidder 1. The tender forms will be available from 29.04.2015 to 13.05.2015 between 11.00 am. to and 3.00 pm. on week days and between

More information

TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED

TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED Material Details Product: Coal Mill Rejects Ex Location: TATA POWER, JOJOBERA - JSR Delivery Mode: Road Quantity: 10000 mt(on arising

More information

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation 1 st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002.

More information

WEBSITE ADVERTISEMENT

WEBSITE ADVERTISEMENT Navi Mumbai Zone Bank of India Management Development Institute Bldg., Ground Floor, Sector 11, Plot No.30, CBD Belapur, NAVI MUMBAI 400 614 Tel: 2756 4910 / 12 / 13 Fax: 2756 4911 e-mail: ZO.NaviMumbai@bankofindia.co.in

More information

TENDER DOCUMENT FOR Supply and fixing of Featherlite Chairs at Administrative Office Nalgonda

TENDER DOCUMENT FOR Supply and fixing of Featherlite Chairs at Administrative Office Nalgonda NIT NO SBIIMS/320/18 DATE 11.01.2019 SBI INFRA MANAGEMENT SOLUTIONS PVT LTD (WHOLLY OWNED SUBSIDIARY OF SBI) Adjacent to Commercial Bank, SBI LHO Campus, Bank Street, Koti, Hyderabad 500 095 TENDER DOCUMENT

More information

Ref. No. SCMF/ENG/ NIT-24/ Date: N O T I C E I N V I T I N G T E N D E R

Ref. No. SCMF/ENG/ NIT-24/ Date: N O T I C E I N V I T I N G T E N D E R Fax : 033 2441 4372 THE WEST BENGAL benfed Website :- www.benfed.org STATE CO-OPERATIVE Phones : 033 2441 4366 MARKETING FEDERATION LTD. 4367 SOUTHEND CONCLAVE 3 rd Floor. 4368 1582, Rajdanga Main Road,

More information

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR Life Insurance Corporation of India. Divisional Office, Jeevan Prakash, Nagpur Road Madan Mahal, Jabalpur (MP) Ph. 0761-2671240, 2679660 Instructions to Bidder 1. The tender forms will be available from

More information

THE COTTON CORPORATION OF INDIA LIMITED (A GOVERNMENT OF INDIA UNDERTAKING)

THE COTTON CORPORATION OF INDIA LIMITED (A GOVERNMENT OF INDIA UNDERTAKING) 1 THE COTTON CORPORATION OF INDIA LIMITED (A GOVERNMENT OF INDIA UNDERTAKING) BRANCH OFFICE: ADDRESS: CONTRACT NO: DATE : Type of Sales: E-Auction Sub : Sale Contract It is confirmed that the Cotton Corporation

More information

TENDER DOCUMENT TENDERING ENQUIRY FOR PROCUREMENT UNIFORM CLOTHES FOR FE STUDENTS

TENDER DOCUMENT TENDERING ENQUIRY FOR PROCUREMENT UNIFORM CLOTHES FOR FE STUDENTS TENDER DOCUMENT Tele : (020) 27157612 Extn 2103 Fax : (020) 27157534 Army Institute of Technology Dighi Hills, Alandi Road Pune-411015 AIT/0810/148/2018-19/Proj 5 Feb 2019 To TENDERING ENQUIRY FOR PROCUREMENT

More information

Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs

Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs Monday, Aug 11, 2011 Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 Item : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs Consultancy Development Centre (CDC), an autonomous

More information

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID 1 RE: AGRA: HSG.CMPLX Date : 20-01-2011 TENDER COVER LETTER Tender for Sale of BPCL owned Housing Complex, 17 nos. flats at Municipal

More information

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB) TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE AT PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB) TN/PGSC/2016-17/10/ CLEANING & DESILTING OF ARTIFICIAL LAKE Pushpa Gujral Science

More information

REQUEST FOR PROPOSAL (RFP) NO DA/ST/0579/OTE/INTERPERETERSHIP COURSE DATED FEB 18

REQUEST FOR PROPOSAL (RFP) NO DA/ST/0579/OTE/INTERPERETERSHIP COURSE DATED FEB 18 REQUEST FOR PROPOSAL (Directorate of Administration, Integrated Headquarters Ministry of Defence (Navy), A Block Hutments, Dara Shukoh Road New Delhi - 110001) Tender enquiry To, M/s (OTE Basis) REQUEST

More information

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI TENDER NOTICE FOR ANNUAL MAINTENANCE CONTRACT OF FIRE HYDRANT & SPRINKLER SYSTEM INSTALLED AT BARODA CORPORATE CENTRE, MUMBAI NAME OF WORK: Bank of Baroda

More information

Indian Institute of Technology Bombay

Indian Institute of Technology Bombay Sealed Tenders are invited by the Indian Institute of Technology Bombay from reputed manufactures / suppliers for the supply of the following item :- Tender Details Tender Number: 201402128 Tender Date:

More information

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara GUJARAT STATE ELECTRICITY CORPORATION LTD. CORPORATE OFFICE, VADODARA. TECHNICAL BID Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara Issued to M/s..

More information

KENDRIYA VIDYALAYA, SINGRAULI` DISTT. SINGRAULI, M.P फ़ क सFax फ न न.Ph.No , (O) , (R)

KENDRIYA VIDYALAYA, SINGRAULI` DISTT. SINGRAULI, M.P फ़ क सFax फ न न.Ph.No , (O) , (R) F.01/KV/SGRL/2018-19 / Dated 15/11/2018 TENDER DOCUMENT Year 2018-19 Sealed tenders are invited for the on-site Comprehensive Annual Service Maintenance of various brands of CCTV CAMERA located in the

More information

Air Force Station Hakimpet Secunderabad-14. HAK/2376/25/3/P5(Part) Jun 13 REQUEST FOR PROPOSAL/ TENDER ENQUIRY

Air Force Station Hakimpet Secunderabad-14. HAK/2376/25/3/P5(Part) Jun 13 REQUEST FOR PROPOSAL/ TENDER ENQUIRY Tele: 040 27862282 / 427 Air Force Station Hakimpet Secunderabad-14 HAK/2376/25/3/P5(Part) Jun 13...... REQUEST FOR PROPOSAL/ TENDER ENQUIRY INVITATION OF BIDS FOR SUPPLY OF SPORTS & GYM ITEMS REQUEST

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL NAVAL PAY OFFICE SAHID BHAGAT SINGH ROAD FORT, MUMBAI-400023 REQUEST FOR PROPOSAL INVITATION OF BIDS PROCUREMENT OF 25 NUP ORACLE 11G DATABASE ENTERPRISE EDITION LICENSE WITH 03 YRS WARRANTY REQUEST FOR

More information

ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata

ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata Notice Inviting Tender Notice inviting tendering for the disposal of old and damaged computer hardware lying at 2 nd Floor at 2-NS Road Sealed offers from interested

More information

Summit Engineering (Birmingham) Ltd. Standard Terms and Conditions for the Purchases of Goods

Summit Engineering (Birmingham) Ltd. Standard Terms and Conditions for the Purchases of Goods Summit Engineering (Birmingham) Ltd Standard Terms and Conditions for the Purchases of Goods Application The Buyer hereby orders and the supplier, by accepting the purchase order, agrees that it will supply

More information

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata GOVERNMENT OF INDIA Zoological Survey of India Kolkata-700053 REQUEST FOR PROPOSAL FOR INSECT BOXES, CAMERA LENS, PROFESSIONAL ENVIRONMENTAL METER ETC SINGLE BID SYSTEM Ref. No ZSI/56-1/2016-17/ST Date:

More information

Request for Proposal for Outsourcing of Casual Labour Services (Tender Enquiry)

Request for Proposal for Outsourcing of Casual Labour Services (Tender Enquiry) Request for Proposal for Outsourcing of Casual Labour Services (Tender Enquiry) Request for Proposal (RFP) No. 01/ 2013 No.A/26106/CCL/CAO/MP-1 Government of India Ministry of Defence Office of JS (Trg)

More information

Bid Processing Fee: Rs. 500

Bid Processing Fee: Rs. 500 GUJARAT INFORMATICS LIMITED Block No: 1, 8 th Floor, Udyog Bhavan, Sector 11, Gandhinagar: 382 010 Phone No: 23256022, Fax No: 23238925 Bid for up gradation of RAM in existing HP Make Server on behalf

More information

REQUEST FOR PROPOSAL INVITING BIDS FOR REPAIR OF FBB 500 INS SARYU

REQUEST FOR PROPOSAL INVITING BIDS FOR REPAIR OF FBB 500 INS SARYU Telephone No. 03192-2481543 Reply should be addressed to The Commanding Officer INS Saryu c/o Navy Office Port Blair 744102 438/LP/FBB 500 03 Jan 19 To, M/s AS Moloobhoy Pvt Ltd Anchor House, MBPT Plot

More information

Tender for supply of spare parts use in RO Systems & Aquaguards

Tender for supply of spare parts use in RO Systems & Aquaguards JAMIA MILLIA ISLAMIA Jamia Nagar, New Delhi-110025 Ph: 011-26982759 Tender for supply of spare parts use in RO Systems & Aquaguards No.NIT- 23/Spare-parts/RO/PICO/JMI/2018 Date: 16.1.2018 Sealed quotations

More information

TECHNICAL BID. T 4449 (E-Tender I.D. No. ) Subject: Supply of EFW Coal Discharge Pipes for Coal Mill -3, 4 & 5 at GSECL Ukai TPS.

TECHNICAL BID. T 4449 (E-Tender I.D. No. ) Subject: Supply of EFW Coal Discharge Pipes for Coal Mill -3, 4 & 5 at GSECL Ukai TPS. Ukai Dam, Taluka: Fort Songadh, Dist:Tapi 394680. Ph. 91-2624-233215, 233257 TECHNICAL BID T 4449 (E-Tender I.D. No. ) Subject: Supply of EFW Coal Discharge Pipes for Coal Mill -3, 4 & 5 at GSECL Ukai

More information

Tender for Supply & Installation of a Network (LAN) in the office of PCDA(SWC) Khatipura Road, Jaipur

Tender for Supply & Installation of a Network (LAN) in the office of PCDA(SWC) Khatipura Road, Jaipur Office of the Principal Controller of Defence Accounts (SWC) Khatipura Road, Jaipur-302012 Phone No.0141-2388448, 2388442, Fax No.0141-2388463 No.EDP/108/Networking Dated: 06/02/2018 To, Tender for Supply

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: ukaitps@gebmail.com. Website: www.gsecl.in

More information

Notice Inviting Tender for Supply of Refrigerator, Laminar Air Flow, Multiline, Portable ph Meter

Notice Inviting Tender for Supply of Refrigerator, Laminar Air Flow, Multiline, Portable ph Meter 1 GOVERNMENT OF INDIA Zoological Survey of India M-Block, New Alipore, Kolkata-700 053 F. 1-3/2011-12/St/ Date: 6 th Jan, 2017 Notice Inviting Tender for Supply of Refrigerator, Laminar Air Flow, Multiline,

More information

Indian Institute of Technology Bombay

Indian Institute of Technology Bombay Sealed Tenders are invited by the Indian Institute of Technology Bombay from reputed manufactures / suppliers for the supply of the following item :- Tender Details Tender Number: 201601432 Tender Date:

More information

TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE

TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX - 3810 COIMBATORE 641 018. TENDER SCHEDULE Sl No Description 1 Location Tender for Purchase of FOUR

More information

University of Delhi REVISED TENDER DOCUMENT. Purchase of Dyna-85 Microprocessor Kit

University of Delhi REVISED TENDER DOCUMENT. Purchase of Dyna-85 Microprocessor Kit July 12, 2010 REVISED TENDER DOCUMENT Purchase of Dyna-85 Microprocessor Kit University of Delhi, invites sealed tender offers from authorized dealers of Original Equipment Manufacturer (OEM). The tender

More information

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No Divisional Office Cell, 18-A, Rail Head Complex, Jammu-180012. Phone No. 0191-2471347, Fax No. 0191-2470053. Wanted Guest House on Lease in Jammu (J&K). LIC of India intends to hire house from the individual

More information

EUROMED, S.A. GENERAL SALES CONDITIONS ( GSC )

EUROMED, S.A. GENERAL SALES CONDITIONS ( GSC ) EUROMED, S.A. GENERAL SALES CONDITIONS ( GSC ) 1. Definitions and Applicability of GSC: 1.1 Definitions - Seller: EUROMED S.A. - Purchaser: Person or entity that is a recipient of a good or service provided

More information

RFP for Rented Printer and Services Document Control Sheet

RFP for Rented Printer and Services Document Control Sheet Document Control Sheet Name of the Organisation Stockholding Document Management Services Ltd. RFP Reference No. SDMS/IT-Infra/2018-19/002 Date of issue of RFP Document 15 th June 2018 Pre-bid Meeting

More information

DIRECTORATE GENERAL ASSAM RIFLES : SHILLONG TENDER NOTICE. Tender Notice No. IV.18081/09-10/ORD/M&E/Treadmill Dated, Shillong : 06 Jan 2010

DIRECTORATE GENERAL ASSAM RIFLES : SHILLONG TENDER NOTICE. Tender Notice No. IV.18081/09-10/ORD/M&E/Treadmill Dated, Shillong : 06 Jan 2010 DIRECTORATE GENERAL ASSAM RIFLES : SHILLONG 793011 TENDER NOTICE Tender Notice No. IV.18081/09-10/ORD/M&E/Treadmill Dated, Shillong : 06 Jan 2010 1. Sealed Tenders are hereby invited in Two Bid System

More information

GENERAL TRADE RULES FOR WOOD PULP

GENERAL TRADE RULES FOR WOOD PULP GENERAL TRADE RULES FOR WOOD PULP 1. PREAMBLE. These General Trade Rules shall apply, except when altered by express agreement accepted in writing by both the seller and the buyer. 2. QUANTITY: WEIGHT

More information

TENDER. Supply & Commissioning of Auto Transformer/Variable Transformer

TENDER. Supply & Commissioning of Auto Transformer/Variable Transformer TENDER for Supply & Commissioning of Auto Transformer/Variable Transformer Tender No. NTSC(C)/EC/LAB(E)-3/14-15 Issued By NSIC TECHNICAL SERVICES CENTRE, SECTOR B-24, GUINDY INDUSTRIAL ESTATE EKKADUTHANGAL,

More information

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone :

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone : LIFE INSURANCE CORPORATION OF INDIA Tirunelveli Divisional Office 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli-627 002 PHONE: 0462-2560024 E-mail: os.tirunelveli@licindia.com Life Insurance Corporation

More information

Request for proposal (RFP) No.02/DPR/PR (B)/

Request for proposal (RFP) No.02/DPR/PR (B)/ MINISTRY OF DEFENCE DIRECTORATE OF PUBLIC RELATIONS BROADCASTING SECTION INVITATION OF QUOTATIONS FOR PROCUREMENT OF EDITING SYSTEM FOR BROADCASTING OFFICE, DPR (DEF) HQ Request for proposal (RFP) No.02/DPR/PR

More information

Wanted office Premises on Lease.

Wanted office Premises on Lease. Wanted office Premises on Lease. LIC of India intends to hire office premises in around Silchar area from the individual / firms on lease basis admeasuring 15000-16000 sft. carpet area [ ± 5% variation

More information

क न द र य भ ड रण लनगम

क न द र य भ ड रण लनगम क न द र य भ ड रण लनगम (भ रत सरक र क उपक रम) Central Warehousing Corporation (A Government of India Undertaking) जन जन क ल ए भ ड रण Warehousing For Everyone NAME OF WORK: Supply, Installation, Testing,

More information

Notice Inviting Tender (NIT) (Detailed)

Notice Inviting Tender (NIT) (Detailed) Notice Inviting Tender (NIT) (Detailed) Ref: NTECL/C&M/NIT-142/CS-2655 Dt.: 14.03.2017 NTPC Tamilnadu Energy Company Limited (NTECL), a JV of NTPC & TANGEDCO invites sealed bids for its 3 X 500 MW Thermal

More information

INVITATION OF BIDS FOR FOR PROCUREMENT OF IP BASED CCTV SURVEILLANCE OUT OF IT GRANT FOR FY AT OFFICERS TRAINING ACADEMY, GAYA

INVITATION OF BIDS FOR FOR PROCUREMENT OF IP BASED CCTV SURVEILLANCE OUT OF IT GRANT FOR FY AT OFFICERS TRAINING ACADEMY, GAYA 1 of 38 TENDER ENQUIRY INVITATION OF BIDS FOR FOR PROCUREMENT OF IP BASED CCTV SURVEILLANCE OUT OF IT GRANT FOR FY- 2012-13 AT OFFICERS TRAINING ACADEMY, GAYA 1. Commandant, Officers Training Academy (OTA),

More information

Jaipur Development Authority e-auction :Business Rules Document 2014

Jaipur Development Authority e-auction :Business Rules Document 2014 JAIPUR DEVELOPMENT AUTHORITY, hereby referred to as JDA, has decided to make sale of Properties through online forward e-auction mode. JDA has made arrangements for forward auction; e-payment integrated

More information

the goods shall be the items and/or services stated in the purchase order by the Buyer,

the goods shall be the items and/or services stated in the purchase order by the Buyer, 1. These terms and conditions concern and specify the terms and conditions of all contracts entered into by and between the Buyer and the Seller unless otherwise stipulated by the Contracting Parties in

More information

TENDER NOTICE No. UGVCL/SP/IV/697/Mobile and Bluetooth Printer. Purchase Requisition No. :- RFQ. No. N-Procure consolidate Details

TENDER NOTICE No. UGVCL/SP/IV/697/Mobile and Bluetooth Printer. Purchase Requisition No. :- RFQ. No. N-Procure consolidate Details TENDER NOTICE No. UGVCL/SP/IV/697/Mobile and Bluetooth Printer. Purchase Requisition No. :- RFQ. No. N-Procure consolidate Details The Chief Engineer (P&P) invites On line Tenders for the purchase of following

More information

INVITING e-tenders(cpwd-6) GOVERNMENT OF INDIA DEPARTMENT OF POSTS NOTICE INVITING e-tender

INVITING e-tenders(cpwd-6) GOVERNMENT OF INDIA DEPARTMENT OF POSTS NOTICE INVITING e-tender NOTICE INVITING e-tenders(cpwd-6) GOVERNMENT OF INDIA DEPARTMENT OF POSTS NOTICE INVITING e-tender NIT No.:.A-5/AC/PCD-I/Kol/E-Tender/2016-17/66/1049 Dated: 22.02.2017 1. Item rate bids are invited on

More information

REQUEST FOR PROPOSAL FOR ANNUAL RATE COTRACT FOR SUPPLY OF FISH FRESH

REQUEST FOR PROPOSAL FOR ANNUAL RATE COTRACT FOR SUPPLY OF FISH FRESH Tele: 08382-233515/17 Reply should be addressed to The Base Victualling Officer COST OF TENDER RS.250/- REGISTERED Base Victualling Yard Naval Base Karwar 581 308 Quoting: BVY (KAR)/16-17/03/FISH 10 Mar

More information

STANDARD TERMS AND CONDITIONS FOR THE PURCHASE OF GOODS

STANDARD TERMS AND CONDITIONS FOR THE PURCHASE OF GOODS STANDARD TERMS AND CONDITIONS FOR THE PURCHASE OF GOODS 1. Application The Buyer hereby orders and the supplier, by accepting the purchase order, agrees that it will supply the Goods specified overleaf

More information

Tamil Nadu Energy Development Agency, Chennai-6

Tamil Nadu Energy Development Agency, Chennai-6 Tamil Nadu Energy Development Agency, Chennai-6 Tender for Third Party Inspection of Standalone SPV Street lighting systems and SPV Home lighting systems to be installed in Tamil Nadu Tender Ref: TEDA/1488D/TPI

More information

AIR FORCE STATION ADAMPUR

AIR FORCE STATION ADAMPUR 1 AIR FORCE STATION ADAMPUR-144103 INVITATION OF BIDS FOR: ANNUAL CONTARCT FOR HIRING OF LIGHT VEHICLES REQUEST FOR PROPOSAL (RFP) NO: 8WG/728/6/LGS DATED 17 JAN 17 1. Commercial bids as per given specifications

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: ukaitps@gebmail.com. Website: www.gsecl.in

More information

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE RAJIV CHOWK

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE RAJIV CHOWK EMPLOYEES STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Govt. of India) SUB-REGIONAL OFFICE, Plot No. 47, Sector 34, Near Hero Honda Chowk, Gurgaon - 122001 TENDER DOCUMENT FOR HIRING OF

More information

Tele : (Extn-2522) Western Command PIN C/o 56 APO /ACSFP/GS(Jt Ops)/Thermal Insulated Overall 29 Sep 2012

Tele : (Extn-2522) Western Command PIN C/o 56 APO /ACSFP/GS(Jt Ops)/Thermal Insulated Overall 29 Sep 2012 Tele : 0172-2867920 (Extn-2522) Headquarters Western Command PIN 908543 C/o 56 APO 21401/ACSFP/GS(Jt Ops)/Thermal Insulated Overall 29 Sep 2012 INVITATION OF BIDS FOR SUPPLY OF THERMAL INSULATED OVERALL

More information

CM/3459/Nex-NEWN/ Trg Dated : 02 Feb 16 INVITATION OF BIDS FOR CISCO CERTIFICATION COURSES FOR ASSOCIATE AND PROFESSIONAL LEVELS

CM/3459/Nex-NEWN/ Trg Dated : 02 Feb 16 INVITATION OF BIDS FOR CISCO CERTIFICATION COURSES FOR ASSOCIATE AND PROFESSIONAL LEVELS Telefax : 2301 4520 Tender Enquiry Government of India Integrated Headquarters- Ministry of Defence (Navy), Directorate of Network and Space Operations(Networking) Room No: 33, C Wing Sena Bhawan New Delhi

More information

PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi

PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi-110001 PREMISES REQUIRED ON LEASE PFC Consulting Limited invites offers

More information

Special Terms and Conditions of Sale of Manganese Ore for OMDC Limited

Special Terms and Conditions of Sale of Manganese Ore for OMDC Limited Special Terms and Conditions of Sale of Manganese Ore for OMDC Limited 1. Eligibility conditions for participating in on line auctions. Type of item Manganese Ore (Lumps and Fines) Who can participate

More information

Ministry of Defence (Navy) Directorate of Clothing and Victualling D II Wing, Sena Bhawan New Delhi REQUEST FOR PROPOSAL

Ministry of Defence (Navy) Directorate of Clothing and Victualling D II Wing, Sena Bhawan New Delhi REQUEST FOR PROPOSAL Tele : 23010279 Integrated Headquarters Ministry of Defence (Navy) Directorate of Clothing and Victualling D II Wing, Sena Bhawan New Delhi 110011 DPR/147023 21 Nov 14 REQUEST FOR PROPOSAL Invitation of

More information

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee.

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee. 1 Amendments in MCEW, CMM and e-procurement & Reverse Auction guidelines for works and services approved by FDs of CIL in their 155 th meeting held on 20 th July 2016 Sl Clause No. No. 1 Clause 8 of General

More information

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking)

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking) INVITATION OF BIDS FOR INSTALLATION OF UPS BATTERIES IN PUNJAB AND SIND BANK BRANCHES AND ATMs IN FARIDKOT ZONE Sealed Tenders are invited from reputed Authorized dealers for installing of new batteries

More information

Notice Inviting Quotations Sealed quotations are invited from bona-fide suppliers for supply of the following items,

Notice Inviting Quotations Sealed quotations are invited from bona-fide suppliers for supply of the following items, Sri Sivasubramaniya Nadar College of Engineering (Affiliated to Anna University, Chennai) Rajiv Gandhi Salai, OMR Road, Kalavakkam 603 110, Kanchipuram District, Tamil Nadu, India. Reference: Tender Advt.

More information

REQUEST FOR PROPOSAL AS PER APPENDIX C OF DPM Particulars of the Byers: The Officer-in-Charge To, Transmitting Station Mahul, Chembur Mumbai 74

REQUEST FOR PROPOSAL AS PER APPENDIX C OF DPM Particulars of the Byers: The Officer-in-Charge To, Transmitting Station Mahul, Chembur Mumbai 74 REQUEST FOR PROPOSAL AS PER APPENDIX C OF DPM-2009 Particulars of the Byers: The Officer-in-Charge To, Transmitting Station Mahul, Chembur Mumbai 74 INVITATION OF BIDS FOR COMPREHENSIVE AMC OF HF BROAD

More information

LIFE INSURANCE CORPORATION OF INDIA THANJAVUR DIVISION

LIFE INSURANCE CORPORATION OF INDIA THANJAVUR DIVISION Office com Life Insurance Corporation of India intends to purchase vacant Lands / Plots from Individuals / Firms only under Two Bid systems as per details given below: Area of Plot Location Remarks Specification

More information

1. Seller means Cventus Ltd with the registered office in Nicosia, Tax Identification Number: CY T, here in after referred to as CVENTUS.

1. Seller means Cventus Ltd with the registered office in Nicosia, Tax Identification Number: CY T, here in after referred to as CVENTUS. General Terms and Conditions of Sale Cventus Ltd with the registered office in Nicosia Cyprus 1. Definitions 1. Seller means Cventus Ltd with the registered office in Nicosia, Tax Identification Number:

More information

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: ukaitps@gebmail.com. Website: www.gsecl.in

More information

DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA

DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX - 3810 COIMBATORE 641 018. TENDER SCHEDULE Sl No Description 1 Location Tender for Purchase of PLOTS

More information

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt: NTPC Tamilnadu Energy Company Limited PO: Vellivoyal Chavadi, Ponneri Taluk, Dist :Thiruvallur, Chennai 600 103 Tel. No.044-27995838 Fax: 044-27966033 / 27966065 NOTICE INVITING TENDER (NIT) (Domestic

More information

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS (1) ACCEPTANCE This purchase order constitutes Buyer s offer to Seller, and is a binding contract on the terms and conditions set forth

More information

TENDER FOR PURCHASE OF BUILDINGS/BUILT UP FLOOR(S)

TENDER FOR PURCHASE OF BUILDINGS/BUILT UP FLOOR(S) TENDER FOR PURCHASE OF BUILDINGS/BUILT UP FLOOR(S) The Institute of Company Secretaries of India herein after referred as Institute is a statutory body constituted under an Act of Parliament, i.e. the

More information

TENDER ENQUIRY INVITATION OF BIDS FOR PROCUREMENT OF STAINLESS STEEL CHAIR THREE SEATER FOR PATIENTS WAITING AREA - INHS ASVINI

TENDER ENQUIRY INVITATION OF BIDS FOR PROCUREMENT OF STAINLESS STEEL CHAIR THREE SEATER FOR PATIENTS WAITING AREA - INHS ASVINI TENDER ENQUIRY INVITATION OF BIDS FOR PROCUREMENT OF STAINLESS STEEL CHAIR THREE SEATER FOR PATIENTS WAITING AREA - INHS ASVINI REQUEST FOR PROPOSAL (RFP) NO 7/521/08/Chair DATED 06 MAY 16 1. Bids in sealed

More information

NOTICE INVITING QUOTATIONS. Tech/RO-CNI/Flood/

NOTICE INVITING QUOTATIONS. Tech/RO-CNI/Flood/ CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE, CHENNAI Phone: 044-22201216/0350 FAX: 044-22200068 E-mail: mmdrs,cwhc@nic.in/cwcchennaitech@yahoo.co.in NOTICE INVITING QUOTATIONS

More information

University of Delhi REVISED TENDER DOCUMENT. Purchase of ST-2613 and ST-2614 Digital Trainer Kits

University of Delhi REVISED TENDER DOCUMENT. Purchase of ST-2613 and ST-2614 Digital Trainer Kits REVISED TENDER DOCUMENT Date: July 12, 2010 Purchase of ST-2613 and ST-2614 Digital Trainer Kits University of Delhi, invites sealed tender offers from authorized dealers of Original Equipment Manufacturer

More information

NALCO S STANDARD TERMS & CONDITIONS OF SALE FROM PLANT.

NALCO S STANDARD TERMS & CONDITIONS OF SALE FROM PLANT. NALCO S STANDARD TERMS & CONDITIONS OF SALE FROM PLANT. All orders are accepted subject to NATIONAL ALUMINIUM COMPANY LIMITED s (hereinafter referred to as Seller) standard conditions of sale given below.

More information

LIFE INSURANCE CORPORATION OF INDIA Bongaigaon Divisional Office, Jeevan Prakash, Barpara, Main Road, Bongaigaon, PIN No

LIFE INSURANCE CORPORATION OF INDIA Bongaigaon Divisional Office, Jeevan Prakash, Barpara, Main Road, Bongaigaon, PIN No LIFE INSURANCE CORPORATION OF INDIA Bongaigaon Divisional Office, Jeevan Prakash, Barpara, Main Road, Bongaigaon, PIN No. 783380 Life Insurance Corporation of India intends to purchase vacant land / plots

More information

E-Auction 24 th January, 2015

E-Auction 24 th January, 2015 Under the Instruction of The Regional Head (Finance) Caparo Engineering India Ltd. E-Auction 24 th January, 2015 E-Auction Between 11.00 AM to 3:00 PM (NOTE: AUTO TIME EXTENSION FOR EVERY 10 MINS AND MAXIMUM

More information

17W/3507/2/Lgs/ Jan 17 SUPPLY OF BIO-MEDICAL WASTE BINS(SET OF 3) WITH TROLLEY TENDER NO-281

17W/3507/2/Lgs/ Jan 17 SUPPLY OF BIO-MEDICAL WASTE BINS(SET OF 3) WITH TROLLEY TENDER NO-281 1 Tele: 0551-2272381 Extn: 7491 Fax No:-0551-2272376 By Regd/Speed Post Station Logistics Section Air Force Station Gorakhpur - 273002 17W/3507/2/Lgs/16-17 21 Jan 17... SUPPLY OF BIO-MEDICAL WASTE BINS(SET

More information

ANDREW YULE & COMPANY LIMITED (A Government of India Enterprise) Tea Division 8, Dr. Rajendra Prasad Sarani Kolkata

ANDREW YULE & COMPANY LIMITED (A Government of India Enterprise) Tea Division 8, Dr. Rajendra Prasad Sarani Kolkata ANDREW YULE & COMPANY LIMITED (A Government of India Enterprise) Tea Division 8, Dr. Rajendra Prasad Sarani Kolkata 700 001 Part - I ANDREW YULE & CO. LTD. Invites E-Tenders Quotations from reputed Manufacturers

More information

AA VVS 09. Definition of Terms In application of AA VVS 09, the price base amount according to the National Insurance Act (1962:381) applies.

AA VVS 09. Definition of Terms In application of AA VVS 09, the price base amount according to the National Insurance Act (1962:381) applies. AA VVS 09 AA VVS 09 constitutes general terms and conditions of delivery referring to heating, water and sanitation and to water supply and sewer system material for commercial activities in Sweden. These

More information

1.1.1 days means any day other than a Friday, or official public holiday in the United Arab Emirates;

1.1.1 days means any day other than a Friday, or official public holiday in the United Arab Emirates; GENERAL CONDITIONS OF PURCHASE NOW THEREFORE IT IS AGREED that: 1. Definitions 1.1 In this agreement, unless the context requires otherwise; 1.1.1 days means any day other than a Friday, or official public

More information

(Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi (India) Sub: Tender for sale of LAM Coke, Ex-NINL, Duburi (Odisha).

(Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi (India) Sub: Tender for sale of LAM Coke, Ex-NINL, Duburi (Odisha). A Govt. of India Enterprise (Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi 110 003 (India) Tel. NO. 011-41083113/ Fax No: 011-24364106 E-mail: kkpaul@mmtclimited.com No.MMTC/STEEL/LAM

More information

Request for Proposal (RFP) Microsoft Exchange Solution. for. National Rural Support Programme

Request for Proposal (RFP) Microsoft Exchange Solution. for. National Rural Support Programme National Rural Support Programme IRM Complex, 7, Sunrise Avenue, Park Road, Near COMSATS University, Islamabad. Ph:+92-51-8746170-3 Request for Proposal (RFP) of Microsoft Exchange Solution RFP#NRSP-IT/ES-10/2017

More information

Online Auction Sale Catalogue

Online Auction Sale Catalogue Online Auction Sale Catalogue On behalf of Quippo Infrastructure Limited Sale of Tata 709 truck, Used Containers, D.G, Misc. Scrap Material Locations: Panvel - Mumbai Through E-auction on www.iquippo.com

More information

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018 Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018 E- TENDER (ON LINE) INVITATION NOTICE No.04 OF 2018-19 The Deputy Director

More information

AIRBOSS RUBBER SOLUTIONS - TERMS AND CONDITIONS OF SALE

AIRBOSS RUBBER SOLUTIONS - TERMS AND CONDITIONS OF SALE AIRBOSS RUBBER SOLUTIONS - TERMS AND CONDITIONS OF SALE The following terms and conditions shall exclusively apply to any sale of goods or services (collectively, Products ) between the AirBoss entity

More information

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs NTPC Tamilnadu Energy Company Limited PO: Vellivoyal Chavadi, Ponneri Taluk, Dist :Thiruvallur, Chennai 600 103 Tel. No.044-27995838 Fax: 044-27966033 / 27966065 NOTICE INVITING TENDER (NIT) (Brief) (Domestic

More information

Chief Engineer, Koyna Project, Pune

Chief Engineer, Koyna Project, Pune (1) Press Notice Government of Maharashtra Water Resources Department Chief Engineer, Koyna Project,Pune-11 Superintending Engineer, Koyna Design Circle, Pune - 411 038. E-Tender Notice NO. 1 for 2010-2011

More information

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna Tender For Consultancy Services for Auditorium interior works At All India Institute of Medical Sciences, Patna NIT Issue Date : 11/03/2017 NIT No. : AIIMS/Pat/Tender/Projec/t/Consultancy/2016-17/2549

More information

REQUEST FOR PROPOSAL :VIDEOCONFERENCING SOLUTION FOR VIDEOCONFERENCING FACILITIES BETWEEN IHQ OF MOD AND ALL COMD HQ

REQUEST FOR PROPOSAL :VIDEOCONFERENCING SOLUTION FOR VIDEOCONFERENCING FACILITIES BETWEEN IHQ OF MOD AND ALL COMD HQ Telephone : 011-25692322 Headquarters 5 Signal Group Asmara Lines, Opp HQ Western Air Command New Delhi-110010 PC-939/5SG/Sigs/VC Eqpt/IT/12-13/O3 07 Feb 2015 (Vendor Concerned) REQUEST FOR PROPOSAL :VIDEOCONFERENCING

More information

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE DHARUHERA

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE DHARUHERA EMPLOYEES STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Govt. of India) SUB-REGIONAL OFFICE, Plot No. 47, Sector 34, Near Hero Honda Chowk, Gurgaon - 122001 TENDER DOCUMENT FOR HIRING OF

More information

TENDER NO. BCL/PUR/AB/foundation for CNC /CW/2019 Dt

TENDER NO. BCL/PUR/AB/foundation for CNC /CW/2019 Dt BRAITHWAITE & CO LIMITED (A Government of India Undertaking under Ministry of Railways) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 43, TEL 2439-7415, 2439-4114, 2439-6613, 2439-7413, FAX :91 (033)2439

More information