Request for Proposal (RFP) for Appointment of online Payment Gateway and Electronic Payment Service Provider for TSECL

Size: px
Start display at page:

Download "Request for Proposal (RFP) for Appointment of online Payment Gateway and Electronic Payment Service Provider for TSECL"

Transcription

1 Request for Proposal (RFP) for Appointment of online Payment Gateway and Electronic Payment Service Provider for TSECL TRIPURA STATE ELECTRICITY CORPORATION LIMITED September 2013 Single Stage Two Part Procedure RFP No: AGM (C&SO)/R-APDRP/PG&EPSP/2013/01 Dated the 24 th Sept 2013 The Last Date for Submission of RFP is (up to 3.30 PM)

2 DISCLAIMER This Tender Document (also referred as Request for Proposal or RFP ) is not an agreement and is not an offer or invitation by TSECL to any Bidder other than the one that qualifies based on evaluation of submitted bids. The purpose of this Tender Document is to provide information to the potential Bidders to assist them in responding to this Tender Document. Though this Tender Document is prepared with sufficient care to provide all required information to the potential Bidders, they may need more information than what has been provided. In such cases, the potential Bidder is solely responsible to seek the information required from TSECL, at his / her own cost. TSECL reserves the right to provide such additional information at its sole discretion. In order to respond to the Tender Document, if required, and with the prior permission of TSECL, the potential Bidder may conduct his own study and analysis, as may be necessary. TSECL makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations on any claim the potential Bidder may make in case of failure to understand the requirement and respond to the Tender Document. TSECL may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this Tender Document. 1 P age

3 ACRONYMS USED IN THIS DOCUMENT Sl. No. Acronym Description 1. TSECL Tripura State Electricity Corporation Limited 2. EMD Earnest Money Deposit 3. PAN Permanent Account Number 4. PBG Performance Bank Guarantee 5. PGSP Payment Gateway Service Provider 6. RFP Request For Proposal 7. PGEPS Payment Gateway and Electronic Payment Services 8. PG&EPSP Payment Gateway and Electronic Payment Service Provider 2 P age

4 BID DATA SHEET EMD Cost of RFP Event Last date for submission of Bid Opening of Pre-qualification cum Technical bids Opening of Financial bids Contact Address Contact Number / Website Target Date Rs. 10, 000 (Rupees Ten Thousand) to be submitted along with the Bid submission in the shape of Demand Draft from any Nationalized or scheduled bank guaranteed by Reserve Bank of India favouring TRIPURA STATE ELECTRICITY CORPORATION LIMITED payable at AGARTALA. Rs. 1,000/- (non-refundable) to be submitted along with the Bid submission in the form of Demand Draft in favour of Additional General Manager (C&SO), TSECL payable at SBI, TLAH Branch, Agartala from a nationalized / scheduled bank 24th Oct 2013, PM 24th Oct 2013, PM Shall be notified later Additional General Manager (C&SO), Commercial & System Operation, Bidyut Bhavan, TSECL, Agartala P age

5 TABLE OF CONTENTS ACRONYMS USED IN THIS DOCUMENT... 2 BID DATA SHEET... 3 TABLE OF CONTENTS GENERAL INFORMATION Purpose of RFP Structure of RFP BID PROCESS Bidding Instructions Qualification Criteria Bid Security (EMD) Cost of RFP Bidder Inquiries and Responses Supplemental Information to the RFP Bid Preparation Cost Advice to Bidders Transferability of the RFP document Right to Terminate the Process Venue and Deadline for Submission of Proposals Late Bids Attachments with the Bid General Guidelines on Submission of Bids Bid Opening Validity of Bids Clarification of Offer Hand written documents, Erasures or Alterations Cost & Currency Language of Bids Rejection Bid Evaluation Evaluation of Bid Method for Evaluation L1 bidder SCOPE OF WORK SERVICE LEVEL AGREEMENT AWARD OF CONTRACT Award Contract Right to accept / reject any or All Proposals Notification of Award Signing of Contract Performance Bank Guarantee Failure to agree with the Terms & Conditions of the RFP PAYMENT TERMS Other Payment P age

6 7. OTHER TERMS & CONDITIONS Termination for Default Termination for Insolvency Force Majeure Resolution of Disputes Arbitration Notices Confidentiality Governing Law and Jurisdiction General Terms & Conditions Annexure I: Format for Covering Letter Annexure II: Format for Financial Bid Annexure III: Format for Profile of Bidders P age

7 RFP NO: AGM (C&SO)/R-APDRP/PG&EPSP/2013/01 Dated the 24 th Sept GENERAL INFORMATION Additional General Manager (C&SO), TSECL, Bidyut Bhavan, Agartala, Tripura invites two-part sealed Proposal on behalf of TSECL from the resourceful and experienced Payment Gateway and Electronic Payment Service Provider for providing Payment Gateway and Electronic Payment Services for TSECL in R-APDRP project areas Purpose of RFP Tripura State Electricity Corporation Limited (TSECL) is taking special initiatives to offer easy and consumer friendly modes of collecting payments in respect of the electricity bills and other payments that are made to Tripura State Electricity Corporation Limited. In view of this, TSECL requires comprehensive online payment gateway services at its website for accepting electronic payments using credit cards, debit cards, net banking accounts and prepaid cards/wallets. In addition, with a view to extending the range of method and channels through which consumers can make payments, Tripura State Electricity Corporation Limited also wishes to extend standing instruction based collections on both Card and Bank accounts, and Electronic Bill Presentment and Payment (EBPP) services through banks and the same are clubbed together as part of this RFP. The objective of this RFP is to appoint an online Payment Gateway and Electronic Payment Service Provider who would provide electronic payment gateway services for consumers of Tripura State Electricity Corporation Limited for payment of electricity bills and other payments that are made to Tripura State Electricity Corporation Limited. This RFP is to detail out the Technical and other Requirements and provide General Instructions to the bidders for the said purpose Structure of RFP The Request for Proposal is broadly segregated into the following three sections: BID PROCESS This section provides eligibility criteria for bidders, general terms & conditions with respect to eligibility criteria, management of bid process, evaluation criteria and evaluation methodology. TERMS OF REFERENCE This section provides Introduction to the project, Scope of work and SLAs of the proposed engagement. GENERAL TERMS & CONDITIONS This section details the Terms & Conditions with respect to award of contract, payment schedule and general terms and conditions. 6 P age

8 SECTION I BID PROCESS 2. BID PROCESS 2.1. Bidding Instructions Qualification Criteria The below is the qualification criteria for the vendors/agencies for the bid. The qualification criteria must be met for qualification of the bids. 1. The bidder should be a registered company under Companies Act, 1956 of India. 2. The bidder should have an annual turnover of Rs. 20 Crores or more in the last successive three Audited Financial years and should have declared profits in last three years. 3. Bidder should be authorized by Reserve Bank of India (RBI) to provide Electronic Payment Aggregation Services. 4. Bidder should have been providing (Currently running as on date of publishing of the RFP) similar services to at least Fifty (50) large institutions covering government/public sector undertakings out of which a minimum ten (10) should be Electricity Companies/organizations. Performance certificates/citations confirming the same must be enclosed. 5. Bidder should have been providing (Currently running as on date of publishing of the RFP) similar services to at least 1 (one) Government/Govt. UT organizations in the North Eastern region of India. 6. Bidder should be able to provide following services: i) Online Payment Gateways services covering acceptance of a) Credit Cards [Visa, Master Card, Amex & Diners] b) Debit Cards [Visa/ Master/ Maestro/ Rupay] c) Internet Banking based debit to banks accounts, covering at least Forty (40) Banks of which a minimum Twenty (25) should be Public Sector Banks d) Prepaid Cards / Wallets; e) IMPS payment option on internet ii) Electronic Bill Presentment and Payment Services through the retail banking channels. Bidder should have relevant business arrangement with at least 30 Banks s including of which at least ten should be Public Sector Banks. iii) Standing Instruction on bank account and Credit Card Services be able to provide acceptance of Visa, Master Card, American Express & Diners Cards iv) Electronic Clearance System Services to be able to provide services of recurring debits to bank accounts for consumer payments. Bidder should be a registered user with the RBI for processing ECS Debit transactions. Bidder should have valid contracts with all the partners prior to the date of issue of RFP. 7 P age

9 Certifications from the respective partners are required to be enclosed. Contract expiry dates for various partners be mentioned. 7. The bidder should have at least one globally accepted certification for information security like VeriSign etc 8. The bidder shall be certified for PCI DSS (Payment Card Industry Data Security Standard) company and shall have ISO like certification for information security management. 9. The bidder should not be joint venture/joint bidding company and should be exclusively associated with providing Online Payment Gateway services and e-payments. 10. The Bidder shall have valid PAN, Sales Tax (if applicable) and Service Tax Number. 11. Even though the Bidder s meet the above qualifying criteria, they are subject to be disqualified in case of following conditions: (a) The Bidder is in litigation with TSECL (b) The Bidder has made any false representation in the forms, statements and attachments submitted in proof of the pre-qualification requirements. (c) The Bidder has a record of poor performance such as abandoning of any allotted project, inability to complete any allotted project, delay in completion of any allotted project etc. (d) The Bidder has been black listed by any Government or its organizations. An undertaking to this effect (points 1 to 10 mentioned above) is required from the Bidder. If at a later stage it is found that any Bidder has wrongly certified, the bidder shall be liable for action under the Criminal law. NOTE: Documentary proof for all the above criteria has to be invariably enclosed failing which the bid shall be liable for rejection Earnest Money Deposit (EMD): The bidder shall be required to deposit Earnest Money of Rs. 10, 000 (Rupees Ten Thousand) in the shape of Demand Draft from any Nationalized or scheduled bank guaranteed by Reserve Bank of India favouring TRIPURA STATE ELECTRICITY CORPORATION LIMITED payable at AGARTALA along with the bid in a separate sealed envelope. EMD will not be received in cash or currency notes or cheques or in the shape of NSC or government bonds. EMD of unsuccessful bidders shall be refunded. For the successful bidder the earnest money deposited is adjustable with Contract Performance Guarantee. BID NOT ACCOMPANIED WITH REQUISITE BID EARNEST MONEY IN A SEPARATE SEALED ENVELOPE SHALL NOT BE ENTRTAINED AND SHALL BE RETURNED TO THE BIDDER WITHOUT BEING OPENED Cost of RFP: The RFP documents are available online ( and can be downloaded by the interested bidders however, while submitting the bid, the bidder will have to pay an amount of INR 1,000 (Rupees One Thousand only) towards the cost of RFP and the same is non-refundable. This payment should be made in the form of separate demand draft in favour of Additional General Manager (C&SO), TSECL, payable at Agartala. 8 P age

10 Bidder Inquiries and Responses The mode of delivering written questions to the aforementioned contact would be through only with subject line as RFP online Payment Gateway and Electronic Payment Service Provider for TSECL. The bidders shall send their queries at the following address: In no event will the TSECL be responsible for ensuring that bidders inquiries have been received by the TSECL. The TSECL will endeavor to provide a timely response to all questions. TSECL would provide information to the extent it is currently available to the best of the knowledge of the TSECL team. The responses will be communicated through only Supplemental Information to the RFP If TSECL deems it appropriate to revise any part of this RFP or to issue additional data to clarify any provisions of this RFP, it may issue supplements to RFP. Copies of such supplements will be provided to all the buyers of this RFP. The amendments shall be also published on the website ( Prospective bidders are advised to periodically browse this website to find out any further corrigendum / addendum / notice published with respect to this RFP. All such supplements shall be part of the RFP and the bidders shall submit their bids on that basis. TSECL makes no representation or warranty as to the completeness or accuracy of any response, nor does the TSECL undertake to answer all the queries that have been posed by the bidders Bid Preparation Cost The bidder will be responsible for all costs incurred in connection with the participation in this process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/ discussions/ presentations, preparation of proposal, in providing any additional information required by TSECL to facilitate the evaluation process, and in negotiating a definitive Service Agreement and all such activities related to the bid process. Further, no reimbursable cost may be incurred in anticipation of award of contract Advice to Bidders Bidders are advised to study this RFP document carefully before participating. It shall be deemed that submission of Bid by the bidder has been done after their careful study and examination of the RFP document with full understanding to its implications Transferability of the RFP document This RFP document is non transferable Right to Terminate the Process i) The TSECL may terminate the bidding process at any time without assigning any reason. The TSECL makes no commitments, express or implied, that this process will result in a business transaction with anyone. 9 P age

11 ii) This RFP does not constitute an offer by TSECL. The TSECL may invite the bidder for further discussions and negotiation towards the process of selection. The commencement of such negotiations does not, however, signify a commitment by TSECL to execute a contract or to continue negotiations. The TSECL may terminate negotiations at any time without assigning any reason Venue and Deadline for Submission of Proposals i) Proposals must be submitted to the TSECL at the address specified below: Additional General Manager (C&SO), Commercial Venue & System Operation, Bidyut Bhavan, TSECL, Agartala Contact Number / Late Date of Submission of Bids 24 th Oct 2013, PM ii) The TSECL may, at its discretion, extend the deadline for submission of bids by issuing an Addendum or by intimating all bidders who have been provided the bid documents, in writing or by facsimile or through in which case all rights and obligations of the proposed project and the bidders will thereafter be subject to the deadline as extended Late Bids Bids received after PM on 24 th Oct 2013 for any reason whatsoever, shall automatically stand rejected Attachments with the Bid The Bidder shall submit with its proposal, inter alia, the following attachments: i) Qualification compliance and required documents as mentioned in Section of this RFP. ii) EMD in prescribed format as mentioned in this RFP. iii) Cost of RFP in prescribed format as mentioned in this RFP. iv) Bidder s profile (refer Annexure III for Format) General Guidelines on Submission of Bids i) Bid to be submitted in three separate envelopes: - (a) EMD (b) Pre-qualification cum Technical Bid and (c) Financial Bid (refer Annexure II for Format). All envelopes should be properly mentioned on the cover EMD, Pre-qualification cum Technical Bid and Financial Bid. ii) For covering letter and financial bid refer Annexure I and II for Format iii) The bid documents should be submitted in a sealed cover both in hard copy as well as soft copy. iv) The outside of the package must clearly indicate the name of the project, the bidder s name and address, and the names of primary and secondary contact persons. Failure to adequately address the outside of a package could cause a bid to be misdirected or to be received at the required destination after the deadline. v) The TSECL will not accept delivery of bid by fax or . Bid received by fax or shall be treated as defective, invalid and rejected. 10 P age

12 vi) The original and copies of the bid (Pre-qualification cum Technical Bids and Financial) each consisting of the documents listed in instructions and proposal cover letters, shall be typed in indelible ink and shall be signed & stamped on each page by the bidder or a person /persons duly authorized Bid Opening i) There will be two bid-opening events (a) for Pre-qualification cum Technical Bids and (b) for the Financial Bids. ii) TSECL will open Pre-qualification cum Technical Bids and list them for further evaluation. The Financial Bid covers shall not be opened until the evaluation of the Pre-qualification cum Technical Bid is complete. iii) After evaluation of Qualification cum Technical Bids, the financial bid of only those bidders, who qualify in Pre-qualification cum Technical Bids Evaluation, will be opened. iv) All the proposals will be opened in presence of the bidders or their representatives, if present at the time of bid opening. However, if there is no representative of the bidder, TSECL shall still go ahead and open the bids. Total transparency will be observed while opening of proposals. TSECL reserves the right at all times to postpone or cancel a scheduled bid opening. The venue and date of opening of the proposal is as below: Venue Additional General Manager (C&SO), Commercial & System Operation, Bidyut Bhavan, TSECL, Agartala Contact Number / Opening of Qualification cum Technical Bid 24th Oct 2013, PM Opening of Financial Bid Will be notified later In the event of the specified date of bid opening being declared a holiday, the bids shall be opened at the appointed time and location on the next working day Validity of Bids i) The pre qualification, technical and financial bids shall be valid for a period of 180 days or Six (6) months from the closing date of submission of the proposals. ii) A proposal valid for a shorter period may be rejected as non-responsive. On completion of the validity period, unless the bidder withdraws his proposal in writing, it will be deemed to be valid until such time that the bidder formally (in writing) withdraws his proposal. iii) TSECL may solicit the bidder's consent for an extension of the validity period for the bids. The request and the responses thereto shall be made in writing to TSECL. However, TSECL reserves the right to take any decision in this regard Clarification of Offer To assist in the scrutiny, evaluation and comparison of offers, TSECL may at its discretion, ask some or all bidders for clarification of their offer. The request for such clarifications and the response will necessarily be in writing. 11 P age

13 Hand written documents, Erasures or Alterations The offers containing erasures or alterations will not be considered. There should be no hand-written material, corrections or alterations in the offer. Filling up of the information using terms such as as given in brochure/manual is not acceptable. TSECL will treat offers not adhering to these guidelines as unacceptable Cost & Currency The offer must be made in Indian Rupees only. Taxes and levies as applicable at the time of submission of bids to be mentioned separately Language of Bids The bids and all correspondence and documents shall be written in English. All bids and accompanying documentation will become the property of the TSECL and will not be returned Rejection a) The bids are liable to be rejected in the following cases or in case bidder fails to meet the bidding requirements as indicated in this RFP: i) Proposal is not accompanied by EMD. ii) Proposal not submitted in accordance with this document. iii) During validity of the proposal, or its extended period, whichever the case, the bidder increases his quoted prices iv) The bidder qualifies the proposal with his own conditions. v) Proposal is received in incomplete form. vi) Proposal is not accompanied by all requisite documents. vii) Information submitted in technical proposal is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the contract including the extension period if any. viii) Financial proposal is enclosed with the same envelope as technical proposal. ix) Bidder tries to influence the proposal evaluation process by unlawful means at any point of time during the bid process. x) In case any one party submits multiple proposals or if common interests are found in two or more bidders, the bidders are likely to be disqualified, unless additional proposals/bidders are withdrawn upon notice immediately. xi) Financial Bid is not submitted in prescribed format (Annexure-II). xii) More than one rate quoted for a single item in the financial bid. xiii) Rates are not quoted both in figure and words. b) Bidders may specifically note that while evaluating the proposals, if it comes to TSECL knowledge expressly or implied, that some bidders may have compounded in TSECL, any manner whatsoever or otherwise joined to form an alliance / cartel then the bidders so involved are liable to be disqualified for this contract as well as for a further period of two years from participation in any of the RFPs floated by TSECL Bid Evaluation 12 P age

14 Evaluation of Bid A Two-part Bid System shall be followed for the bid evaluation. The first part would be a pre-qualification criteria and technical evaluation. Second part would be a commercial/ financial evaluation. The details of evaluation have been explained below. i) Technical evaluation against qualification criteria: The first stage of evaluation would involve examination of the bid documents of each of bidders against the qualification criteria set out. This is to ensure that the technical skill base, experience and financial capacity and other bidder attributes claimed therein are consistent with the needs of this project. These conditions have been listed down under the section Qualification Criteria. TSECL may ask bidder (s) for additional information, visit to bidder s site and/or arrange discussions with their professional, technical faculty to verify claims made in bid documentation. Please note that the technical proposal must NOT contain any pricing information. ii) Financial evaluation: The financial bids of only those bids that meet each of the qualification criteria mentioned would be opened for financial evaluation. The financial evaluation will take into account the information supplied by the Bidders in the financial proposal, and the same shall be evaluated in accordance with the evaluation criteria specified in this RFP. The financial evaluation would be based on L1 as described in this RFP i.e. the bidder with the least financial quote shall be eligible for award of contract. Please note that the financial bid should not be conditional and no technical information should be provided along with the financial proposal. Note: A substantially responsive Bid is one, which conforms to the requirements, terms, conditions and specifications of the Request for Proposals without material deviation. A material deviation is one which affects in any substantial way the functionality, scope, quality, or performance of the Deliverables, or which limits in any substantial way, inconsistent with the Request for Proposals, department s rights or the Bidder's obligations for, performance of the Project and the rectification of which deviation would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids. TSECL may waive any minor informality or non-conformity or irregularity in a Bid, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder Method for Evaluation L1 bidder The methodology used for evaluating bidders (who qualify in technical proposal) based on the rates quoted by them in their financial bid shall be as follows, which is final and binding to all bidders. TSECL shall not entertain any queries on its evaluation methodology for L1 bidder. The formula which will be used for arriving at the L1 rates from among the various bids would be as here under: (A+100*B+100*C+1*D+1*E+100*F+1*G+1*H+100*I) = X Where:- A is the flat rate quoted for Set up Charges (One Time), 13 P age

15 B is the rate in percentage quoted for Credit cards C is the rate in percentage quoted for Debit Card D is the flat rate quoted for Internet Banking in Rs. per transaction. E is the flat rate quoted for IMPS in Rs. per transaction F is the rate in percentage quoted for Cash Card /Wallet G is the flat rate quoted for EBPP in Rs. per transaction H is the flat rate quoted for ECS in Rs. per transaction I is the flat rate quoted for SI on Card The bidder for which X is lowest shall be deemed as the L1 bidder. Note- In case of a tie, the bidder with maximum no. of bank partner s s will be considered as L1 bidder. In case, if there is a Tie here also, then the Bidder who has quoted lower for the D rate i.e. rate for Internet Banking (flat rate) would be declared the L1 Bidder. However the L1 rates as arrived after evaluation of the financial bid as per procedure outlined above need not be accepted by TSECL outright. Negotiations with the L1 bidder could be done for finalizing the rates at which the contract would be awarded to the PG&EPSP. i) The bid should be comprehensive and inclusive for all the services to be provided by the bidder as per scope of his work. The payments would be made to selected bidder on the basis of the following bid and further negotiations between the TSECL and the bidder only. No separate payment shall be made for services that are to be delivered by the vendor as part of his scope of work for this project. ii) The prices quoted shall be inclusive of all taxes, duties and statutory payments incident upon the bidder but exclusive of service taxes. The prices shall be firm for entire duration of the contract. Once the prices have been quoted to TSECL, no change / modification will be entertained for any cause whatsoever (including changes in regulation, tax and duty structure etc.). The prices once provided by the bidder will be valid for the entire period of validity of the bid as defined in the bid document. iii) Any revision (increase or decrease) in the rates of taxes, duties, charges and levies other than service tax at a later date and during the tenure of the bid will be to the account of the bidder. iv) The vendor shall be responsible for the costs towards travel/stay, daily allowance or any other allowances with respect to their staff deployed with respect to the execution of this project before or after the award of the contract. The bidder having the lowest bid would be invited for negotiations for award of project by the TSECL. Bidder should quote as per format (Price schedule) given in Annexure II. 14 P age

16 SECTION II TERMS OF REFERENCE 3. SCOPE OF WORK The objective of the RFP is to select a service provider that will provide e-payment gateway solution available for integration with all applications / services of TSECL under R-APDRP (Part-A) and may also be extended to Non-R-APDRP. i) Description of service: (a) The Bidder should therefore be able to offer the following services: Online Payment Gateway Services: Should allow users/consumers to make payments using any (i) Visa, MasterCard or American Express or Diners Credit Cards (ii) Debit Cards (iii) Online Net Banking accounts or (iv) Cash Cards Electronic Bill Presentment and Payment Services: Should allow users/consumers to make payments using the Bill Payment services offered by their banks Electronic Clearance System: Should allow users/consumers to make payments by setting up a standing instruction for debit to their bank account. Standing Instruction on Credit Card: Should allow users/consumers to make payments by setting up a standing instruction for charge to their credit card [Visa, MasterCard or American Express or Diners Credit Cards] (b) Bidder as an aggregator is required to provide the above services to facilitate electronic payment services. Bidder should directly have tie ups with Credit Card Payment Gateway (s) and respectively with related banks for offering the above facilities. In terms of these arrangements the Bidder s role is to maintain tie-ups, create interface with various Banks and manage the entire backend operations of such services. These include entering into agreements with banks /movement of data and reconciliation of such data against payments. (c) Bidder should be able to integrate with the existing systems of Tripura State Electricity Corporation Limited and provide daily MIS as per the requirements of Tripura State Electricity Corporation Limited. (d) Bidder should provide funds collected in the designated bank account of Tripura State Electricity Corporation Limited as per the process and timelines specified by RBI for Payment Collection through Aggregators. The desired workflow for the various services is broadly described below: Payment Gateway: i) The Consumer logs into and accesses the Payment Gateway facilities to pay online, real-time. The Consumer can view his payment amount at the website and then proceed to make the payment. ii) Upon successful completion of the process the consumer is then guided to Online Payments page where he is presented with option of making a an Online Payment using a Credit Card or a Debit Card / Bank Gateway service/ Cash Card gateway iii) The consumer then selects his preferred option of making the payment (i.e. through the Credit Card / Debit Card /Net Banking / Cash Cards, Wallets). iv) If the consumer chooses the Credit/Debit Card mode of payment, then it will open up the relevant Card Gateway section, where he enters the required validation details (card number, expiry date, verification 15 P age

17 number etc) v) In case the consumer chooses the Net Banking Mode of payment, then it will open up the gateway section of the relevant bank where he enters the requisite validation details (Net banking User ID and Password etc) vi) In case the consumer chooses the Prepaid card /Wallet Mode of payment, then it will open up the gateway section of the relevant prepaid card/wallet provider where he enters the requisite validation details (Card User ID and Password etc) vii) On successful validation, the Consumer s account is checked for balance availability and the transaction is either successfully processed or rejected. The consumer is intimated of the same instantly and an electronic acknowledgement is displayed which will display his payment confirmation number. Simultaneously data is transmitted electronically to Tripura State Electricity Corporation Limited intimating the success/failure of the transaction. viii) The money collected from the successful transactions will be pooled into the designated collection account of Tripura State Electricity Corporation Limited maintained with the identified bank. These monies will typically be made available to Tripura State Electricity Corporation Limited within two (2) working days of the payment by the consumer, post reconciliation and aggregation. ix) Bidder will reconcile the money collected against the payment transactions conducted by the consumers and provide consolidated payment information to Tripura State Electricity Corporation Limited in a format/ frequency desired by Tripura State Electricity Corporation Limited. EBPP Services a. These services should enable the consumer to make payments through the Bill Payment service offered by their Bank or card institution b. Consumer should be able to avail the service by utilizing the bill payment facility offered by their bank/institution through various channels offered by respective banks/institution (viz. Internet Banking, ATM Banking, Phone Banking etc) c. Where consumers are registered through their banks/institutions for such services, the Bidder shall collect such details as may be specified by Tripura State Electricity Corporation Limited and submit them to the Tripura State Electricity Corporation Limited. d. Based on such details Tripura State Electricity Corporation Limited will provide bill data on a regular basis to the Bidder of such registered consumers, for the Bidder to in turn push it onto the bank/institution channels. e. Banks may also allow payments to be made by their consumers without any specific registration requirements. f. In respect of all payments made through this facility, the Bidder shall aggregate the information/money from the various banks/institutions, consolidate them and submit to Tripura State Electricity Corporation Limited in the format specified by the Tripura State Electricity Corporation Limited. g. The money collected from the successful transactions will be pooled into the designated collection account of Tripura State Electricity Corporation Limited maintained with the identified bank. These monies will typically be made available to Tripura State Electricity Corporation Limited within two (2) working days of the payment by the consumer, post reconciliation and aggregation. These services will be provided through Bidder and through the various Partner banks that avail the Bidder s EBBP Service 16 P age

18 ECS PAYMENTS a. The ECS services would be driven by the Tripura State Electricity Corporation Limited and made available to the Consumers at Agartala or such other locations where the RBI ECS Service is available. b. The application forms for the ECS facility shall be made available and distributed to the consumer by the Tripura State Electricity Corporation Limited. c. Consumers will need to fill in the relevant bank details, sign the form, gets it verified by their banks and drop it at any Tripura State Electricity Corporation Limited locations or alternately mail it to the address specified by the Tripura State Electricity Corporation Limited. In case the Forms are not verified by the Consumer s Bank, Bidder will lodge the mandates with the Bank. d. Bidder will process the registrations and enroll the consumer for the facility and update the back-end systems accordingly. e. Thereafter, every cycle, Bidder shall collect from Tripura State Electricity Corporation Limited the summary details and amount due of such registered consumer and initiate the process for debit to their designated bank accounts. f. Bidder shall process the transaction through RBI s ECS mechanism and shall provide Tripura State Electricity Corporation Limited with reconciled information on the payments. g. On receipt of clear funds from the ECS processing the money shall move to the Tripura State Electricity Corporation Limited as per RBI settlement process. h. In the event of any unsuccessful transactions, (i.e. where the consumer s bank fails or rejects the transactions due to insufficient funds etc.), Bidder shall make the information available to Tripura State Electricity Corporation Limited Standing Instruction on Card (SI on Card) a. The SI on Card services would be driven by the Bidder or Tripura State Electricity Corporation Limited and made available to the Consumers. b. The application forms for this facility shall be made available and distributed to the consumer by the Bidder on their channels and by Tripura State Electricity Corporation Limited at their outlets. c. Consumers will need to fill in the relevant Card details, sign the form, and provide it to the Bidder /Tripura State Electricity Corporation Limited locations. d. Bidder will process the registrations and enroll the consumer for the facility and update the back-end systems accordingly. e. Thereafter, every cycle, Bidder shall collect from Tripura State Electricity Corporation Limited the summary details and amount due of such registered consumer and initiate the process for debit to their designated card accounts. f. Bidder shall process the transaction through the Visa /Master /American Express /Diners systems or directly through alternate processing mechanism and shall provide Tripura State Electricity Corporation Limited with reconciled information on the payments. g. On receipt of clear funds from the ECS processing the money shall move to the Tripura State Electricity Corporation Limited as per RBI settlement process. h. In the event of any unsuccessful transactions, (i.e. where the consumer s bank fails or rejects the transactions due to insufficient funds etc.), Bidder shall make the information available to Tripura State Electricity Corporation Limited 17 P age

19 ii) The successful bidder will be bound to provide payment gateway for all such services at no extra cost to TSECL. The successful bidder though would continue to charge on as per the agreed upon payment quotes. iii) The website of TSECL (or any other site as directed by the TSECL) would facilitate e-payment by providing redirection to end users. The user/consumer shall be redirected to the web page/url specified by the PGSP and process the user s request regarding service opted by the user from among various services offered by the TSECL. After the process the end user shall be redirected back to the TSECL s website (or any other site as directed by the TSECL) with relevant transaction details. iv) Redirection of end users from the TSECL s website (or any other site as directed by the TSECL) to the PGSP web page over a secure encrypted channel is the main responsibility of the PGSP, and that is done over two steps: a. Creation of the redirection string b. Redirecting end users to the PGSP and then back to the TSECL s website v) The payment service must offer SSL (Secure Sockets Layer) for transaction security. vi) Integration between the website and PGSP will be done by the TSECL in consultation with the PGSP. PGSP would provide all necessary supports in the form of API etc. for the integration. vii) Generate authenticated receipts as proof of transactions. An automated generated receipt of the payment through Or/and SMS should also be sent to the payer. viii) Providing an active message to the user / consumer indicating that a transaction has been either accepted or rejected. ix) At all times, making available the option for a user / consumer to stop the information gathering and transaction process. x) Allowing the consumer to review charges before final submission. Show PGSP s transaction charges, if any, separately from TSECL charges. xi) Allowing the user / consumer to try a different card number/payment mode if a transaction is rejected. xii) Any payment made with a credit or debit card or via a payment Service must first be authorized by the card issuing authority. The Service must afford a secure link between TSECL s user / consumer and credit card processor to avoid fraudulent transactions. The secure line should also ensure fast and efficient transaction processing. All guidelines issued from time to time from RBI upon internet banking and related security issues including transaction on Mobile, VISA, Debit Cards etc. shall be mandatorily binding on the PGSP and they are supposed to keep themselves updated about them. xiii) The service provider shall have to necessarily debit the user / consumer s account and credit to the TSECL s designated accounts on instantaneous basis during such transactions. 18 P age

20 All settlement of monies by PG&EPSP will be as per applicable RBI guidelines in this regard. xiv) Financial systems shall have the ability to itemize separately the TSECL charges and the PG&EPSP fees (all inclusive). xv) Administrator access should be provided to the designated TSECL personal for viewing information on payments and relevant MIS reports. MIS reports should be provided as required by TSECL. xvi) The PG&EPSP would be responsible for reconciliation of the all the transactions on daily basis. xvii) The report on each transaction should clearly state a. Name of person / organization money received from b. Money received towards (Electricity Charges, other charges etc) c. Amount received and date d. Payment Status (Accepted / Rejected etc.) and reason for rejection is applicable. xviii) The PG&EPSP would provide a 24X7 call centre support to the consumers of TSECL who are the users of the system or who wish to make online payments. xix) All payment related issues should be directly handled by the PG&EPSP and issues should be resolved with the given SLAs. A monthly MIS report should be submitted to the TSECL on the consumer issues count, pending issues and resolved issues. xx) The PG&EPSP would be solely responsible for implementation of all guidelines issued from time to time from RBI for various e-payment services. 4. SERVICE LEVEL AGREEMENT The purpose of this service level agreement (hereinafter referred to as SLA) is to clearly define the levels of service to be provided by the successful bidder to TSECL for the duration of this contract. SLA defines the terms of the successful bidder s responsibility in ensuring the timely delivery of the deliverables and the correctness of the same based on the agreed Performance Indicators as detailed in the Agreement. This section defines various service level Indicators which will be considered by TSECL in the SLA with successful bidder. The successful bidder has to comply with all SLAs defined below to ensure adherence to project timelines, quality and availability of services. Note: Penalties shall not be levied on the successful bidder in the following cases: The non compliance to the SLA has been solely due to reasons beyond the control of the bidder i.e. Net-banking services of a given bank have been impacted all over the country / region. There is a force majeure event affecting the SLA which is beyond the control of the successful bidder i) The payment gateway has to be integrated with the TSECL s application in not later than 10 working days. This time is from the instant a formal communication has been sent by TSECL to the successful bidder till the time the payment gateway is integrated with the application and is ready for fund transfer. 19 P age

21 Penalty at the rate of Rs.25, 000 for every week s delay shall be levied on the successful bidder. This shall be deducted from the PBG submitted. The successful bidder shall replenish the PBG with the amount equal to the penalty levied in not later than 10 working days from the day of levy of penalty. ii) The payment gateway solution has to be up for at least 99.8% of the time for 24 x7 periods. The measurement would be done every calendar month per application integrated with the payment gateway solution. The successful bidder should share this uptime report clearly stating the uptime in percentage with all the departments whose applications have been integrated with the payment gateway system. This report should be shared within the first 5 working days of every calendar month through . Penalty at the rate of Rs.25, 000 for every 0.1% deviation from the SLA requirement. This shall be deducted from the PBG submitted. The successful bidder shall replenish the PBG with the amount equal to the penalty levied in not later than 10 working days from the day of levy of penalty. iii) The payment gateway service should facilitate multiple users making transactions from various locations at a single point of time. iv) Service unavailability resulting from loss of network availability can be excluded from service availability calculations, if the network availability loss is caused by any factors beyond the PG&EPSP s control, such as natural disasters, IP transit provider or end user's portion of the network failure the same shall not be counted as downtime. v) PG&EPSP shall retain authorization logs, non-repudiation logs and transaction records for the entire period of contract. vi) All records shall be kept in accordance with generally accepted accounting procedures. All procedures shall be in accordance with central, state and local laws. vii) PG&EPSP shall certify that online financial transactions shall be based on secure data transmission and a standard public-and-private key encryption system that encrypts the user s submission of private financial data before it leaves their web browser. The data must remain encrypted throughout transmission until it s safely received at the intended server where it is decrypted and processed. The required licenses shall be the at the cost of the PGSP. viii) PG&EPSP shall ensure that appropriate security measures are put in place to protect TSECL s internal systems from intrusions and other attacks while conducting e-payment transactions, whether internal or external, e.g., message interception, tampering, redirection, or repudiation or while pulling data from or pushing data into TSECL server. ix) PG&EPSP shall ensure compliance with international information security standards and best practices. x) Any information and/or data obtained by the PG&EPSP from TSECL or Consumer of TSECL shall be stored in a place physically secure from access by unauthorized persons. PG&EPSP shall take every reasonable precaution to ensure that all buildings, rooms, storage areas, and containers ("physical locations") used by PG&EPSP in providing the product(s) and service(s) under this contract shall be secure and equipped with reasonable precautions against damage. 20 P age

22 xi) Throughout the term of this contract, TSECL shall have the right at any time to inspect PG&EPSP s transaction records for TSECL charges and associated PGSP fees. Any such inspection shall be made during regular business hours and comply with any reasonable security and confidentiality procedures of PG&EPSP. TSECL can get audited all or any of such accounts as per their discretion. xii) PG&EPSP shall provide TSECL with the capability to securely access, via password-protected site, to transaction information. xiii) Payment services must offer fraud screening tools to reduce fraudulent transactions. This includes address verification, card code value (CVV) verification, expiry date of the card, date of birth etc. to ensure that the payments made via payment service are legitimate. xiv) The payment service should adhere to certain standards such as VeriSign Secured/ VBV/ Secure Code. xv) The consumer service centre provided to consumer for payment information and payment issues should be available 24X7. Popular media like toll free, , sms should be used to record citizen payment issues. xvi) All the consumer payment issues (including refund of failed transactions) should be resolved within a period of 2 days (irrespective of weekends or public holidays). 21 P age

23 SECTION III GENERAL TERMS & CONDITIONS 5. AWARD OF CONTRACT 5.1. Award Criteria TSECL will award the Contract to the successful bidder as per Section 2.2 of this RFP Contract Period The contract shall remain in force for a period of 3 years from the date of issue of work order and is extendable for another 2 years. However, further extension of this contract may be done on mutually agreed terms & conditions Right to accept / reject any or All Proposals TSECL reserves the right to accept or reject any proposal, and to annul the bidding process and reject all proposals at any time prior to award of contract, without thereby incurring any financial or other liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for TSECL s action Notification of Award TSECL will notify the successful bidder in writing or by fax, to be confirmed in writing by latter, that its proposal has been accepted. The notification of award will constitute the formation of the contract. Upon the successful bidder's furnishing of performance security, TSECL will promptly notify each unsuccessful bidder and release their EMD Signing of Contract After the TSECL notifies the successful bidder that its proposal has been accepted the successful Bidder shall be required to furnish the required performance bank guarantee and enter into an agreement with Tripura State Electricity Corporation Limited within 15 (fifteen) days from the date of receipt of notification of award of the work. This contract shall be on the basis of RFP document, proposals of the Bidder, applicable guidelines of Visa /Master/American Express and the Reserve bank of India, and other terms and conditions as may be mutually determined by the Tripura State Electricity Corporation Limited to be necessary for due performance of the work Performance Bank Guarantee i) The value of Performance Bank Guarantee to be equal to INR 1, 00,000/- (Rupees One Lac Only). ii) The successful bidder shall at his own expense deposit with TSECL, within fifteen (15) working days of the date of notice of award of the contract, an unconditional and irrevocable Performance Bank Guarantee (PBG) from a nationalized bank acceptable to TSECL, payable on demand, for the due 22 P age

REQUEST FOR PROPOSAL FOR E-PAYMENT GATEWAY

REQUEST FOR PROPOSAL FOR E-PAYMENT GATEWAY REQUEST FOR PROPOSAL FOR E-PAYMENT GATEWAY Page 1 of 22 Greater Ludhiana Area Development Authority Ferozepur Road,Ludhiana, Punjab ACRONYMS USED IN THIS DOCUMENT 1. GLADA Greater Ludhiana Area Development

More information

SHORT TERM TENDER for Appointment of Online Payment Gateway Service Provider for AVVNL

SHORT TERM TENDER for Appointment of Online Payment Gateway Service Provider for AVVNL 1 SHORT TERM TENDER for Appointment of Online Payment Gateway Service Provider for AVVNL AJMER VIDYUT VITRAN NIGAM LIMITED Last Date for Submission of bid: 09-09 -2015 (up to 12:30 PM) 1 P a g e 2 DISCLAIMER

More information

REQUEST FOR PROPOSAL FOR E-PAYMENT GATEWAY

REQUEST FOR PROPOSAL FOR E-PAYMENT GATEWAY REQUEST FOR PROPOSAL FOR E-PAYMENT GATEWAY ACRONYMS USED IN THIS DOCUMENT 1. HSPCB Haryana State Pollution Control Board 2. RFP Request for Proposal 3. PAN Permanent Account Number 4. PBG Performance Bank

More information

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth

More information

Development of application Software for Election Commission

Development of application Software for Election Commission M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages

More information

REQUEST FOR PROPOSAL SUPPLY, INSTALLATION AND CUSTOMIZATION OF HELPDESK SOFTWARE. Tender No. ECIL / CSD / 10-3053 dated 27.05.2011

REQUEST FOR PROPOSAL SUPPLY, INSTALLATION AND CUSTOMIZATION OF HELPDESK SOFTWARE. Tender No. ECIL / CSD / 10-3053 dated 27.05.2011 REQUEST FOR PROPOSAL FOR SUPPLY, INSTALLATION AND CUSTOMIZATION OF HELPDESK SOFTWARE Tender No. ECIL / CSD / 10-3053 dated 27.05.2011 ELECTRONICS CORPORATION OF INDIA LTD ( A Government of India Enterprise

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

Empanelment of Vendors for Load Testing

Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

TENDER FOR TRAVEL SERVICES

TENDER FOR TRAVEL SERVICES Cost of the Tender Form - Rs.500/- (Rupees Five Hundred only) Tender Form No.MCI/TS/2011 TENDER FOR TRAVEL SERVICES NOTICE INVITING TENDERS & TERMS AND CONDITIONS OF TENDER MEDICAL COUNCIL OF INDIA POCKET

More information

Invites Offers from Consulting Actuary

Invites Offers from Consulting Actuary Invites Offers from Consulting Actuary The Chief General Manager, Postal Life Insurance, Chanakyapuri P.O. building, New Delhi-110021 invites offers from interested fellow members of the Actuarial Society

More information

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank

Request For Proposal (RFP) for Empanelment of IT Consultants for Bank RFP Reference No : OBC/HO/DIT/RFP-CONS/03 / 2010-11 Request For Proposal (RFP) for Empanelment of IT Consultants for Bank Oriental Bank of Commerce Department of Information Technology Head Office New

More information

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business 31.08.2015 HO : Near Bajrang Bhawan, Delhi Road Rohtak 124 001 (Haryana) www.shgb.co.in A. General Information

More information

School of Open Learning University of Delhi

School of Open Learning University of Delhi ` School of Open Learning University of Delhi REQUEST FOR PROPOSAL FOR RENEWAL OF ORACLE ANNUAL TECHNICAL SUPPORT Dated:25/10/12 Cost: Rs.500/- Last Day of Submission:9/11/2012 Request for Proposal (RfP)

More information

Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India

Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India Indian Institute of Technology, Kharagpur Kharagpur 72 302, WB, India Ref: Tender Notice No. IIT/CIC/AV&MM/205-6/36 dated 4.02.206 Indian Institute of Technology Kharagpur, an Institute of National Importance,

More information

Oracle Financial Services Applications

Oracle Financial Services Applications Small Industries Development Bank of India REQUEST FOR PROPOSAL FOR RENEWAL OF ANNUAL TECHNICAL SUPPORT (ATS) Oracle Financial Services Applications (ALM & FTP components) Tender No.: 400/2012/815/BYO/ISD

More information

Rothschild Visa Card Terms and Conditions

Rothschild Visa Card Terms and Conditions Rothschild Visa Card Terms and Conditions These Rothschild Visa Card Terms and Conditions (June 2010 edition) are in addition to and supplemental to the Bank s standard Terms and Conditions (October 2007

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business Reference Number: RFP P&D(39)/184 /2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications

More information

TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS

TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS THROUGH ADVERTISED TENDER TENDER NOTICE External Publicity

More information

Expression of Interest. Scanning of Documents

Expression of Interest. Scanning of Documents 1 Expression of Interest Scanning of Documents Directorate of Secondary Education, Haryana Shiksha Sadan, Sector-5, Panchkula (India) Tel: 0172-2560269, Fax: 0172-2560264 Email: edusecondaryhry@gmail.com

More information

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016 REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference

More information

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006 PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring

More information

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT REQUEST FOR PROPOSAL For Scanning, Digitization of Documents/Files along with software facility for

More information

Words importing only the singular shall include the plural and vice versa.

Words importing only the singular shall include the plural and vice versa. GENERAL TERMS AND CONDITIONS FOR DEBIT CARD 1. PHRASING Words importing only the singular shall include the plural and vice versa. Where the Account is a Joint Account, reference to single customer shall

More information

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID The Vardhaman Mahaveer Open University, Kota (Raj.) invites proposals from

More information

JAMMU MUNICIPAL CORPORATION

JAMMU MUNICIPAL CORPORATION JAMMU MUNICIPAL CORPORATION TENDER DOCUMENT GPS BASED VEHICLE TRACKING & MANAGEMENT SYSTEM ISSUED BY: JAMMU MUNICIPAL CORPORATION 3 rd Floor, Town Hall, Jammu J&K-180001 (India) 1. INTRODUCTION AND BACKGROUND:

More information

Online Banking Agreement

Online Banking Agreement Online Banking Agreement I. Introduction This Online Banking Agreement (this Agreement ) is entered into by you and Lewiston State Bank ( us or Bank ) and governs (together with any other online banking

More information

PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS

PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS Punjab National Bank HO: Information Technology Division 5, Sansad Marg, New Delhi-01 Information Technology Division

More information

SPECIAL CONDITION OF CONTRACTS

SPECIAL CONDITION OF CONTRACTS SPECIAL CONDITION OF CONTRACTS i) The contractors should quote the rate in figures as well as in words, and amount tendered by them. The amount for each item should be worked out and the requisite totals

More information

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER PANJAB UNIVERSITY CHANDIGARH CONDITIONS GOVERNING THE TENDER For supply of OMR Scanner with Bar Code Reader 1. Tenders for supply of OMR scanner

More information

TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS

TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS Bureau of Indian Standards (BIS), the National standards body of India, working under the aegis of Ministry of Consumer Affairs and Public Distribution,

More information

NOTICE INVITING PROPOSAL

NOTICE INVITING PROPOSAL NOTICE INVITING PROPOSAL Sl. Pg. 1 1. CIDCO of Maharashtra Limited through the process of e-tendering invites On-line Proposal from single business entities fulfilling the eligibility criteria for PMIC

More information

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01. HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.15 Online E-tenders are invited in Two-Bid System for

More information

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 No. RSTV/TKSA/Technical/2014 Admn 07 April, 2014 TENDER NOTICE FOR INTERNET CONNECTIVITY Sealed tenders

More information

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP)

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP) TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP) For engagement of a Software Development firm for Developing a Dedicated Website

More information

Document Control Sheet

Document Control Sheet Document Control Sheet S.No DESCRIPTION PARTICULARS 1 EOI- Document Ref. Number IDBI /PCELL / EOI/ 2015-16/020 2 Date of Issue of EOI 20 October 2015 3 Last date of receipt of pre bid queries. 26 October

More information

JHARKHAND STATE ELECTRICITY BOARD

JHARKHAND STATE ELECTRICITY BOARD JHARKHAND STATE ELECTRICITY BOARD NIT for Supply of Oracle e- Business Suite Application User Software Licenses and Annual Technical Support Tender Ref. No.: NIT 714/PR/JSEB/13-14 JHARKHAND STATE ELECTRICITY

More information

Chapter I. 1. Purpose. 2. Your Representations. 3. Cancellations. 4. Mandatory Administrative Proceeding. dotversicherung-registry GmbH

Chapter I. 1. Purpose. 2. Your Representations. 3. Cancellations. 4. Mandatory Administrative Proceeding. dotversicherung-registry GmbH Chapter I.versicherung Eligibility Requirements Dispute Resolution Policy (ERDRP) 1. This policy has been adopted by all accredited Domain Name Registrars for Domain Names ending in.versicherung. 2. The

More information

URBAN LOCAL BODIES, HARYANA SHORT TERM TENDER

URBAN LOCAL BODIES, HARYANA SHORT TERM TENDER URBAN LOCAL BODIES, HARYANA SHORT TERM TENDER Urban Local Bodies, Haryana invites sealed tenders, under two envelop system, from eligible bidders for Integrated Web Based Software Development of various

More information

E-Mail:- prlrecwbsedcl@gmail.com NOTICE INVITING TENDER

E-Mail:- prlrecwbsedcl@gmail.com NOTICE INVITING TENDER West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office of the PM Purulia R. E. Project N.R.E.P. Building, 2 nd. Floor, PO & Dist.- Purulia,Telephone Fax No.03252

More information

REQUEST FOR PROPOSAL FOR Mobile Application

REQUEST FOR PROPOSAL FOR Mobile Application REQUEST FOR PROPOSAL FOR Mobile Application Greater Mohali Area Development Authority PUDA Bhawan, Sector - 62 S.A.S Nagar, Punjab Page 1 of 25 ACRONYMS USED IN THIS DOCUMENT 1. GMADA Greater Mohali Area

More information

TENDER DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER

TENDER DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER TENDER DOCUMENT For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER Rs. 200/- THE PUNJAB STATE BOARD OF TECHNICAL EDUCATION AND INDUSTRIAL TRAINING 23/08/2010 CONDITIONS GOVERNING THE TENDER For suppy of

More information

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 A. BRIEF PROJECT REQUIREMENT Bank of Baroda has a

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

IFCI LTD. OFFER DOCUMENT FOR SALE OF NON PERFORMING ASSETS

IFCI LTD. OFFER DOCUMENT FOR SALE OF NON PERFORMING ASSETS IFCI LTD. OFFER DOCUMENT FOR SALE OF NON PERFORMING ASSETS Issued by IFCI March 14, 2014 Sal e of Non-Per for mi ng Assets IFCI Ltd. invites offers from ARCs, Banks, NBFCs and FIs, for the proposed sale

More information

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION

More information

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI CONTACT PERSON: SH. B.P. MEENA Room no. 327, C.R. BUILDING I.P. ESTATE, NEW

More information

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Request for Techno-Commercial Proposal Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Dr. Marri Channa Reddy Human Resource Development Institute of Andhra Pradesh

More information

Government of India Ministry of Communications &IT Department of Telecommunication

Government of India Ministry of Communications &IT Department of Telecommunication Government of India Ministry of Communications &IT Department of Telecommunication To, (As per by email) Subject: Invitation of Expression of Interest (EOI) for Implementation of ISO 9001:20008 project

More information

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.)

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.) Ref No.:Advt. No.1/2008 Price :Rs.2000.00 ISSUED TO : Date : TENDER DOCUMENT FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012 LAST DATE AND TIME FOR SALE OF TENDER DOCUMENTS

More information

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals

More information

Request for Proposal For

Request for Proposal For Request for Proposal For FOR CREATION OF GIS DATABASE OF ALL DEPARTMENTS OF UT OF DADRA AND NAGAR HAVELI DADRA & NAGAR HAVELI, PLANNING AND DEVELOPMENT AUTHORITY, 1 st floor, South wing, New Collectorate

More information

THE NATIONAL TREASURY REPUBLIC OF SOUTH AFRICA RSA GOVERNMENT RETAIL BOND. The smart way to save

THE NATIONAL TREASURY REPUBLIC OF SOUTH AFRICA RSA GOVERNMENT RETAIL BOND. The smart way to save THE NATIONAL TREASURY REPUBLIC OF SOUTH AFRICA RSA GOVERNMENT RETAIL BOND The smart way to save Summary of Retail Bond This booklet is a summary of the RSA Retail Bond Owner s manual and should be read

More information

BUSINESS ONLINE BANKING AGREEMENT

BUSINESS ONLINE BANKING AGREEMENT Business Online Enrollment Fax, mail, or email completed form to: 910-576-5023 First Bank Business Support PO Box 600 Wilmington, NC 28401 BusinessSupport@LocalFirstBank.com For questions: 866-435-7208

More information

INVITATION FOR TENDER FOR OUSOURCED MONPOWER SERVICE

INVITATION FOR TENDER FOR OUSOURCED MONPOWER SERVICE INVITATION FOR TENDER FOR OUSOURCED MONPOWER SERVICE Sealed tender offers are invited in two separate sealed covers (Technical and Price offers) from eligible computer application software development/maintenance

More information

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015 PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location: Technical Requirement and Specifications for Hiring of 100 Mbps Dedicated Uncompressed Symmetric Internet Bandwidth (1:1) Connectivity through Optic Fibre Leased Line for CSIR-CIMFR, Digwadih Campus, Dhanbad-828108

More information

GENERAL TERMS ANC CONDITIONS OF BROKERAGE SERVICES PROVIDED BY BZ WBK BROKERAGE S.A. (UNIFORM TEXT)

GENERAL TERMS ANC CONDITIONS OF BROKERAGE SERVICES PROVIDED BY BZ WBK BROKERAGE S.A. (UNIFORM TEXT) Appendix to the Resolution No. 17/2011 of the Management Board of BZ WBK Brokerage S.A. dated 25 February 2011 concerning adoption of the amended General Terms and Conditions of Brokerage Services Provided

More information

(No.-IIITD/S&P/05/2012-13) Page 1 of 16

(No.-IIITD/S&P/05/2012-13) Page 1 of 16 REQUEST FOR PROPOSAL (RFP) FOR IMPLEMENTATION OF ISO QUALITY STANDARDS (ISO 9001:2008 QUALITY MANAGEMENT SYSTEM) OF THE INSTITUTE AT OKHLA, NEW DELHI-110020 (No.-IIITD/S&P/05/2012-13) Page 1 of 16 1. INTRODUCTION,

More information

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions

More information

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh Tender document for Providing Managed Internet Leased Line Network at Chandigarh Police Headquarters, Sector 9, Chandigarh TENDER FOR MANAGED INTERNET LEASED LINE AT PHQ-9, CHANDIGARH 1 INDEX TENDER FOR

More information

OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER

OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER OIL INDIA LIMITED (OIL) invites sealed tenders under single

More information

Request for Proposals

Request for Proposals Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from

More information

Following terms and conditions may be kept in view while submitting the bids :-

Following terms and conditions may be kept in view while submitting the bids :- No.1/19/2013-DCH/Genl.. Government of India Ministry of Textiles Office of the Development Commissioner for Handlooms. ****** Udyog Bhavan, New Delhi Dated the 23 rd May, 2014 TENDER NOTICE Subject: Installation

More information

Limited Tenders for the work of : Web Hosting Space for UGVCL s website.

Limited Tenders for the work of : Web Hosting Space for UGVCL s website. Limited Tenders for the work of : Web Hosting Space for UGVCL s website. 1 INSTRUCTION TO BIDDER & CONDITIONS OF CONTRACT Web Hosting Space for our website. LIMITED TENDER ENQUIRY NO. :-02/2006 UTTAR GUJARAT

More information

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune College of Engineering Pune-411 005 INVITATION OF TENDER For providing Facility Management Services of IT Infrastructure at College of Engineering Pune Cost of document Rs. 500/- Page 1 of 12 COLLEGE OF

More information

SECTION 6: RFQ Process, Terms and Conditions

SECTION 6: RFQ Process, Terms and Conditions SECTION 6: RFQ Process, Terms and Conditions Note to suppliers and Respondents In managing this procurement the Buyer will endeavour to act fairly and reasonably in all of its dealings with interested

More information

Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015

Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015 Tender Notice NSIC Technical Services Centre Okhla Industrial Estate, Phase-III, Near Govindpuri Metro Station, New Delhi-110020 Tel: +91-11-26826796/26826801/26826848 Email: ntscok@nsic.co.in Tender no.

More information

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

Commercial Online Banking

Commercial Online Banking These terms form the agreement between us, Metro Bank PLC and you, a business customer and apply to the Commercial Online Banking Service (Commercial Online Banking) provided by us. Commercial Online Banking

More information

Expression of Interest (EOI) For. Enterprise Content Management Solution (ECM)

Expression of Interest (EOI) For. Enterprise Content Management Solution (ECM) Expression of Interest (EOI) For Enterprise Content Management Solution (ECM) The last date for submission : August 8, 2014 by 03:00 PM. For details please visit Bank's website at www.idbi.com Page 1 of

More information

NATIONAL PENSION SYSTEM TRUST

NATIONAL PENSION SYSTEM TRUST NATIONAL PENSION SYSTEM TRUST REQUEST FOR PROPOSAL FOR PAYMENT GATEWAY SERVICE PROVIDER FOR NATIONAL PENSION SYSTEM (2015) 1 TABLE OF CONTENTS 1 INTRODUCTION... 7 1.1 NPS ARCHITECTURE...8 1.1.1 DIAGRAMMATIC

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE NIT No. 2659/DCFS/JPG/NFSA/15, Dated : 24/08/2015 1 Section-I District Magistrate, Jalpaiguri, Government of West Bengal Invites

More information

REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED

REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED Information Technology Department Head Office, National Housing

More information

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software NATIONAL HEALTH SYSTEMS RESOURCE CENTRE NIHFW Campus, Baba Gangnath Marg, Munirka, New Delhi - 110067 TENDER DOCUMENT UNDER TWO BID SYSTEMS NAME OF WORK Tender Document for Supply, Implementation & Maintenance

More information

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur Re-Tender for Supply and Installation of the Student Biometric Attendance System at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/2014-15/1/57 NIT Issue Date : 26 November 2014 Last Date

More information

Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur

Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur Tender for Providing the 155 MBPS Internet Leased Line Connectivity at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/1/5(VII)/2013-14/47 NIT Issue Date : December 23, 2013 Last Date of Submission

More information

GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER

GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER No. AASC (IT) 33/2015/6 Dated Guwahati the 4 th of August, 2015 Sealed tenders

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Block DP, Plot-5/1, Sector-V, Salt Lake, Kolkata 700091 www.kol.stpi.in NOTICE INVITING QUOTATION FOR SUPPLY OF MS OFFICE 2013 SOFTWARE AT STPI KOLKATA Ref. No. STPI/KOL/PUR-16/2015/QTN-68

More information

ANNEXURE - I MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1

ANNEXURE - I MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1 MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1 PREFACE The Rubber Board a statutory Body under the Ministry of Commerce & Industry, Govt. of India, for the development

More information

Request for Proposal Document (RFP) For Procurement of Web Application Firewall for IDBI Bank

Request for Proposal Document (RFP) For Procurement of Web Application Firewall for IDBI Bank Request for Proposal Document (RFP) RFP No. IDBI/PCell/RFP/2014-15/18 For Procurement of Web Application Firewall for IDBI Bank IDBI/RFQ/14-15/ dated Page 1 of 81 TABLE OF CONTENTS Table of Contents...

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS 1/10 REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS Delhi Development Authority Medical Cell VikasSadan,

More information

E-Tender. Service Description. Time CGG 3851 P15 25-07-2014

E-Tender. Service Description. Time CGG 3851 P15 25-07-2014 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: amrit_khatoniar@oilindia.in E-Tender OIL INDIA LIMITED invites Competitive

More information

Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year 2014-1 5.

Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year 2014-1 5. National Human Rights Commission Manav Adhikar Bhawan, C-Block, GPO Complex, INA, New Delhi-110023 INDIA Fax : 91-01 1-24651329 E-mail : nhrcga@

More information

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year. TENDER FOR Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year. Tender Inquiry No. NSIC/HO/TISDC/05 National Small Industries

More information

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

SECTION-I. Mysore /Division / NOTICE INVITING TENDER SECTION-I /Government of India /Department of Atomic Energy /Bhabha Atomic Research Centre Mysore /Division -1,, -571 130 Post Bag No. 1. Yelwal, Mysore 571 130 /Telephone : 0821-2406533 /Fax : 0821-240

More information

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. November 2013 BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note:

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note: TENDER NOTICE 1 Name of the work and place Electrical works at sbi.intouch BRANCH (KADAPA), Y.S.R. District, Andhra Pradesh. 2 Estimated Cost Rs.9,51,186/- 3 Date of issue of tender through 23/06/16 Bank

More information

APPLICATION FOR BOC INTERNET BANKING FACILITY. Name: Reg No: Address: Phone: Land. Mobile Email. Only Rs Cts 1 2 3

APPLICATION FOR BOC INTERNET BANKING FACILITY. Name: Reg No: Address: Phone: Land. Mobile Email. Only Rs Cts 1 2 3 APPLICATION FOR BOC INTERNET BANKING FACILITY (FOR LIMITED LIABILITY AND PUBLIC COMPANIES ONLY) Details of Company Name: Reg No: Address: Phone: Land Fax Mobile Email Delegate 01 * Authority Level :- Full

More information

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)

More information

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following:

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NOTICE SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NO: CT1607Y001 DESCRIPTION: TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF

More information

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)

More information

CORRIGENDUM NO 01, Dated 23.02.2015

CORRIGENDUM NO 01, Dated 23.02.2015 CORRIGENDUM TO RFP FOR ATM MANAGED SERVICES ON CASH REPLENISHMENT & ALLIED SERVICES RFP NO. RFP/ATM/01/2014-15, dated 12.02.2015 Sl No Page No. Point / Section CORRIGENDUM NO 01, Dated 23.02.2015 Point

More information

PROVISION OF LEGAL SERVICES

PROVISION OF LEGAL SERVICES COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents

More information

TERMS AND CONDITIONS FOR THE ICICI BANK INDIAN RUPEE TRAVEL CARD

TERMS AND CONDITIONS FOR THE ICICI BANK INDIAN RUPEE TRAVEL CARD TERMS AND CONDITIONS FOR THE ICICI BANK INDIAN RUPEE TRAVEL CARD The following terms and conditions ( Terms and Conditions ) apply to the ICICI Bank Travel Card facility provided by ICICI Bank. For your

More information

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS. Government of India Directorate of Film Festivals Ministry of Information & Broadcasting Siri fort Auditorium Complex August Kranti Marg New Delhi-110049 Dated:-17.05.2013 TENDER FOR ANNUAL MAINTENANCE

More information

period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )

period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable ) INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH (IISER) PUNE SECTION I -NOTICE INVITING TENDER NIT NUMBER: IISER/PUNE/40/2011-2012 1 The Project Engineer cum Estate Officer on behalf of the Director

More information