भ रत य र ष ट र य र जम र ग प र ध करण

Size: px
Start display at page:

Download "भ रत य र ष ट र य र जम र ग प र ध करण"

Transcription

1 भ रत य र ष ट र य र जम र ग प र ध करण National Highways Authority of India Implementation of Advanced Traffic Management System (ATMS) on National Highways Empanelment of Agencies RFQ Document February 19, 2016

2 Contents 1. Introduction Description of Bidding Process: Eligibility for Empanelment Procurement of Service Provider for ATMS work post Empanelment Non-refundable fee for participating in the bidding process: Common Bid Security: Forfeiture of Bid Security: Preparation and submission of Application: Brief Scope of Work Payment Terms Post Work Award Procedure for preparation and submission of application for empanelment Opening, evaluation and empanelment process Integrity Pact: Form T-1: Covering Letter Form T-2: Brief Information about the Applicant(s) Form T-3: Format for Power of Attorney Form T-4: Format of submission of Work Experience / Technical Strength of Applicant Form T-5: Bank Guarantee for Common Bid Security Form T-6: Affidavit on Litigation / Arbitration History Appendix-I INTEGRITY PACT FORMAT Page 1 of 25

3 भ रत य र ष ट र य र जम र ग प र ध करण र जम र ग स वच लन एव प रब धन प रभ र RFQ. No. NHAI/13043/01/2016/HAM Date of Issue 19/02/2016 Pre-qualification of agencies for Empanelment as Service Provider to Implement Advanced Traffic Management System (ATMS) on National Highways Request for Qualification (RFQ) 1. Introduction 1.1 The National Highways Authority of India (the Authority ) is engaged in development, maintenance and management of National Highways entrusted to it by Ministry of Road Transport and Highways. The Authority has decided to carry out the process of pre-qualification of the Agencies to create a panel of service providers for the works of setting up, operation and maintenance of Advanced Traffic Management Systems (ATMS) on National Highways. Only the empaneled agencies will be allowed by the Authority in the future to participate in the submission of financial e-bids on the e-tender portal of NHAI for undertaking ATMS works. 1.2 The interested agencies / applicants who wish to apply are invited to submit their applications for empanelment as prescribed hereunder. 2. Description of Bidding Process: 2.1 Authority shall adopt a two stage process for selection of bidder for work award viz prequalification / empanelment stage and financial e-bid. 2.2 Empanelment stage The empanelment stage is aimed at evaluating and deciding the eligibility of the bidder. During this stage, the applicants would be required to furnish all information specified herein. At the end of empanelment stage, the authority intends to announce a list of prequalified / empanelled bidders under Category-1 & Category-2, which will be updated on yearly basis and hosted on the website of NHAI. 2.3 Financial e-bid Stage: The Authority shall invite Financial e-bids for NH specific ATMS work through an invitation on website of NHAI or through s to the empanelled agencies. Only the empanelled agencies shall be eligible to submit their financial e-bid in electronic form. No document / fee etc. would be required to be submitted at the time of submission of financial e-bid during the validity period of empanelment. 2.4 Any queries or requests for additional information concerning the RFQ shall be submitted in writing or by to the officer designated below. The envelope / communication shall clearly bear the following identification title: RFQ for Pre-qualification / Empanelment of the Bidders to implement ATMS on NHs Queries/Request for Additional Information Address for correspondence: Deepak Saxena General Manager (Electronics), National Highways Authority of India, G 5&6, Sector 10, Dwarka, New Delhi Phone: & Ext 1406 deepaksaxena@nhai.org Page 2 of 25

4 2.5 Schedule of empanelment process Application(s) can be submitted by the Bidder(s) on or after 15 th March, 2016 during the office hours on all the working days at above address. There is no last date for submitting the application for empanelment. The financial e-bids are likely to be invited from April, 2016 onwards in different phases and the bidders appearing in the empanelment list announced / updated by the Authority 7 (seven) days prior to due date for submission of the Financial e-bid only are eligible to participate in financial e-bid stage, subject to fulfilment of other conditions. Evaluation / screening of applications for empanelment will be completed by NHAI generally within 7 days of receipt of application and the list of pre-qualified / empanelled agencies announced / updated by the Authority shall be hosted by the Authority on its web site Amendment of RFQ: (i) At any time, the Authority may for any reason, whether on its own initiative or in response to clarifications requested by any applicant, modify the RFQ by issuing an Addendum. It is binding on the applicants including already empanelled applicants to provide requisite information as per the Addendum and within the time prescribed. Failure to do so will result in the application being rejected and/ or the bidder removed from the list of prequalified/ empanelled agencies. (ii) Any Addendum issued hereunder will be in writing and shall be hosted on NHAI website and sent by to all empanelled applicants. 3. Eligibility for Empanelment Applicants fulfilling the criteria listed below will be empanelled: S. No Criteria 1 The Applicant should be a Company incorporated in India and registered under the Companies Act 1956 or later. Documentary proof (copy of certificate of incorporation) shall be submitted as part of the empanelment application. OR A Foreign Company or its subsidiary Company registered in India having requisite experience. For considering the experience of the Parent Company, the subsidiary Company registered in India should provide an undertaking from their Parent Company confirming thereby: (i) Perpetual and unconditional access to expertise, personnel and facilities of the Parent Company to the Indian Company; (ii) Sharing of risks and profits of the Indian Company by the Parent Company; and (iii) That the Parent Company has sufficient representation in the management of Indian Company to control the activities of the subsidiary. In such case only the experience and the details of the Parent Company will be considered, otherwise the details/ experience of Indian Company only will be considered. Under this concept, there is no involvement of lead bidder; the Indian company (subsidiary) shall be participating as a sole bidder 2 The main objects of the Memorandum of Association of the Applicant should substantiate that in the ordinary course of its business, the Applicant or at least one of its business units is engaged in providing similar Advanced Traffic Management System (ATMS) / Intelligent Transportation systems (ITS). Documentary proof (viz. copy of Memorandum of Association and Article of Association of the company) shall be submitted as part of the application. Page 3 of 25

5 S. No Criteria 3 Technical Strength: The Applicant should have experience of commissioning and maintaining at least two ATMS projects, covering a highway / expressway stretch of at least 20 km each, (or at least one project covering highway / expressway stretch of 40 kms) during the last five financial years (including the current financial year). Experience claimed by the applicant should inter-alia include at least five of following ATMS sub-components. However, item (ix) i.e. ATMS control center is mandatory. (i) Video Incident Detection System (VIDS) (ii) Video Surveillance System (iii) Automatic Traffic Counter cum Classifier System (iv) Emergency Call (ECB) Boxes, Call Assignment and logging / recording) (v) Variable Message Signs System (Fixed / Portable) (vi) Mobile Communication System (vii) Mobile Radio Communication System (viii) Integrated ATMS Software and System Architecture (ix) ATMS Control Center integrated with above sub-components. Certificates from client(s) containing information e.g. name of the client, contact details, details of work performed, its value, date of work completion etc., to support the above shall be submitted as part of the application. 4 An applicant declared ineligible by NHAI or Ministry of Road Transport & Highways, Government of India for indulging in corrupt or fraudulent practices shall be ineligible to apply for empanelment. Self-declaration to this effect shall be submitted as part of the application. 5 An applicant determined non-performing by NHAI will not be eligible to participate in the empanelment process. Note:- Self-declaration to this effect shall be submitted as part of the application. 1. A Company (including related / group companies) will be allowed to submit only a single application for empanelment. 2. Joint ventures and consortia are not allowed to participate for empanelment. 4. Procurement of Service Provider for ATMS work post Empanelment 4.1 At the end of the empanelment stage, the list of empanelled agencies along with their authorized signatory s name, assessed capability, etc. will be notified by the Authority on NHAI website and by to the applicant. The applicants/ agencies shall be categorized into two categories, viz; (i) (ii) Category -1 bidders, who have the required experience / capability and are interested in bidding for more than 2 works or stretch(es) more than 100 km. for ATMS implementation during a financial year. Category 2 bidders, who are interested in bidding for upto 2 works or 100 km stretch (whichever is higher) for ATMS implementation during a financial year. 4.2 During empanelment period, NHAI will on need basis notify all empaneled agencies to participate and submit financial e-bids for identified section/stretch for ATMS implementation, which will be submitted on-line on the e-tender portal of NHAI in line with the bidding document issued by NHAI. 4.3 For each stretch/section, while inviting Financial e-bids, NHAI will issue a bidding document which will prescribe complete details of NH stretch to be covered, scope of work, service levels to be adhered to by the shortlisted empanelled agency, etc. Page 4 of 25

6 4.4 Once an empanelled agency gets work award upto maximum permissible / eligible NH length / number of ATMS projects, no further work will be awarded to it during such financial year. 4.5 Criteria for deciding maximum permissible work award within a financial year to any empanelled agency shall be based on the technical strength / work experience adjudged by NHAI of those claimed by the applicant in their application for empanelment and shall be regulated as under: Agency Type Category-1 agency Technical strength as assessed by NHAI after Evaluation of application N number of ATMS works completed Or X km. length of ATMS experience Maximum permissible work award during any financial year 2 x N works Or 2 x X km. stretch Category-2 agency 2 number of ATMS works completed Or X km. length of ATMS experience Whichever is higher 4 works Or 200 km. stretch Whichever is higher Note: 1. Experience of ATMS works completed should include at least five sub-components listed at para 3.3 above under Technical Strength. However, item (ix) i.e. ATMS control center is mandatory. 2. The length of road on which ATMS experience is claimed shall be of standard of NH or equivalent. 5. Non-refundable fee for participating in the bidding process: 5.1 To ensure that no document / fee / bank guarantee, etc. is required to be submitted during financial e-bid stage, such modalities will be completed by the Authority during the empanelment stage itself. Accordingly, the applicant shall submit the following amount along with his application for empanelment: (i) (ii) Application fee: (Non-refundable) Amounting to Rs.10,000/- in the form of an account payee Pay Order or DD issued by a Scheduled Bank drawn in favour National Highways Authority of India, New Delhi. Common cost of financial bid document and Common Bid Security (a) In case of Category-1 applicant, Rs.5,00,000/- (Rupees Five Lakhs only) in the form of A/c payee Pay Order /Demand Draft towards common cost of financial bid documents and a common bid security (BG) for Rs.1.5 Crore in the form of bank guarantee in the prescribed format. (b) In case of Category-2 applicant, Rs.1,00,000/- (Rupees One Lakh only) in the form of A/c payee Pay Order/ Demand Draft towards common cost of financial bid documents and a common bid security (BG) for Rs. 50 lakhs in the form of bank guarantee in the prescribed format. 5.2 Category-2 bidders have the option to get themselves upgraded to Category-1 bidders by depositing the balance cost of bid document (DD/Pay Order) and bid security (BG). Page 5 of 25

7 5.3 The Authority shall debit the requisite amounts against cost of bidding Rs.25,000/- per financial e-bids submitted by the bidder during the validity period of empanelment. The registration and tender processing charges payable to the e-tender service Provider of NHAI shall be paid by the bidder directly online at the time of submission of financial e-bid. 5.4 Except in case of non-responsive bidder(s), the authority shall not charge the bidders, the cost of bid document (except registration and tender processing charges) in case the financial e-bids are annulled by the Authority. 5.5 The Authority may ask the empanelled agencies to deposit a further amount in advance as deemed fit if the common bid security of Rs.5 lakh (in case of Category-1 agency) gets exhausted during the validity period of empanelment. Any financial bid submitted without sufficient balance, will make the financial bid non-responsive and liable for forfeiture of 5% of bid security. The unutilized balance shall be returned by NHAI to the empanelled agencies within 30 days of expiry of validity period of empanelment without any interest. 6. Common Bid Security: 6.1 The applicant shall submit a bank guarantee as common bid security, in the format prescribed by Authority at Form T-5. The bank guarantee shall be for appropriate amount as applicable for Category 1 and Category 2 bidders. The bank guarantee shall be valid till The bid security for each financial e-bid shall be indicated in the bidding document issued on the NHAI e- tender portal for inviting e-bids against specific NH stretches. 6.2 If required by NHAI, the empanelled agency shall furnish extension of its common bid security to cover empanelment period beyond existing validity period of the same. 7. Forfeiture of Bid Security: The Bid Security of individual bids/ stretches called for by NHAI during the empanelment period shall be forfeited and appropriated by the Authority as mutually agreed genuine pre-estimated compensation and damages payable to the Authority for inter-alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that may be available to the Authority hereunder, or otherwise, under the following circumstances: (i) If a Bidder at Financial e-bid stage submits a non-responsive Financial e-bid, subject to, however, that in the event of encashment of Bid Security occurring on this account, the damages so claimed by the Authority shall be restricted to 5% of the value of the Bid (ii) Security. If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice. (iii) If a Bidder withdraws its Financial Bid during the period of Bid Validity as specified in bid stage and as extended by mutual consent of the respective Bidder(s) and the Authority: (iv) If the Bidder does not accept the correction of the bid price quoted in financial e-bid. (v) In case of the Selected Bidder, if it fails within the specified time limit a. to sign and return the duplicate copy of LOA; or b. to furnish the Performance Security within the time prescribed, thereof during the financial e-bid stage. (vi) The Authority shall be entitled to forfeit and appropriate a portion of the Common Bid Security as damages inter-alia in any of the events specified herein above. The Bidder, by submitting its financial e-bid at bid stage, shall be deemed to acknowledge and confirm that the Authority will suffer loss and damage on account of withdrawal of its Financial Bid or for any other default by the bidder during the period of validity of Financial e-bid. In case of appropriation of bid security, except in the case of a non-responsive Financial e-bid, the Page 6 of 25

8 bidder shall be removed from the list of empanelled bidders for a period determined at the sole discretion of the Authority. The bidder shall replenish the forfeited amount within 14 days so as to continue in the list of prequalified / empanelled bidders, failing which he shall be removed from the list. No relaxation of any kind on Bid Security shall be given to any Bidder. 8. Preparation and submission of Application: 8.1 Language of Application All correspondence and documentation related to the Application exchanged between the applicant and the Authority shall be in English language. The applicant shall be solely responsible for the accuracy of English Translation of various documents submitted by him to NHAI. 8.2 The application(s) shall be submitted to the Authority in physical form only, and not online. All pages of the application shall be serially numbered along with an index, signed by the authorized signatory on all pages in blue ink (in case of printed/published document, only the cover shall be signed), sealed and bound together in hard bound cover 1. All the alterations, omissions, additions or any other amendments made to the application shall also be signed by the authorized signatory. 8.3 It is mandatory for all the applicant to have Class-III Digital Signature Certificate from any of the Licensed Certifying Agency in the name of a person (authorized representative as per POA) who is signing the application. The applicant can see the list of Licensed Certifying Agencies from the link The same person shall be permitted to submit financial e-bids. In case the bidder intends to change the authorized representative through a fresh POA, during the validity period of empanelment, the same shall be on submission of a new POA to the Authority and getting acknowledgement of the same from the Authority before submission of financial e-bid. The financial e-bid submitted by any other person shall be declared as non-responsive and 5% of the bid security specified in the bidding document shall be forfeited. 9. Brief Scope of Work a. Design and setting up the ATMS system in line with standard technical requirements and service level parameters prescribed by NHAI in the bidding document. b. Operation and Maintenance of the entire system for a period up to 5 years in accordance to standard terms and conditions and service level parameters. c. All equipment shall remain the property of the service provider during the entire period of contract. The service provider may take away his equipment after contract closure on asis where-is basis. However, the Service Provider shall maintain the confidentiality of the data collected and shall not disclose such data to any 3 rd party without prior consent of NHAI. The data so collected shall be sole property of NHAI. Any violation by the Service Provider in this regard may lead to his black listing and other actions as deemed fit by NHAI. d. The ATMS will include as its subcomponents items such as Video Incident Detection System (VIDS) Video Surveillance System Automatic Traffic Counter cum Classifier System Emergency Call (ECB) Boxes, Call Assignment and logging / recording) Variable Message Signs System (Fixed / Portable) Mobile Communication System Mobile Radio Communication System Integrated ATMS Software and System Architecture ATMS Control Center integrated with above sub-components. 1 Hard bound implies binding between two covers through stitching or otherwise whereby it may not be possible to replace any paper without disturbing the documents. Spiral bound, loose form, stapled form etc. will not be accepted. Page 7 of 25

9 Weigh-in-motion (Portable) Vehicle actuated speed detection camera Publishing of a Mobile Phone App to support various important functions viz. (i) Journey planning (ii) Enable the road-user to report incidents; (iii) send Pop-up messages to the roaduser related to the traffic on the highway thereby performing as on-board VMS; (iv)software module that sends incident messages to the enforcement agency on their mobile-phones (v) The details of this information to be pick-up from the CCC database and road-user inputs (if any) (vi) generate and send incident and system status messages to the Traffic Manager and O&M team on their mobile phones e. Detailed scope of work, technical and financial specifications of various ATMS components/ sub-components, Contract Agreement including Service Level Parameters shall be issued to the empanelled agencies at the time of financial e-bid invitation which will be taken up by NHAI section / stretch-wise during the empanelment validity period. 10. Payment Terms Post Work Award a. No advance payment and no payment against supply, installation or commissioning of the system. b. Payment shall be made as quarterly arrears based on service delivery by the agency regulated as per Service Level Contract Agreement. c. Payment will be made only in Indian Rupees. 11. Procedure for preparation and submission of application for empanelment The application should be submitted duly filled in prescribed formats and supporting documents as under: i. Application Form T-1 (Covering letter); ii. Brief information about the Applicant duly filled in Form T-2; iii. Duly notarised Original Power of Attorney in favour of Authorised Signatory as per Form T-3 iv. Application Fee Rs.10,000/- (non-refundable) in the form of Demand Draft in favour of National Highways Authority of India. v. Common cost of bidding document (as applicable to Category-1 / Category-2 Applicant) in the form of Demand Draft or A/c payee pay order; vi. Common Bid Security (as applicable to Category-1 / Category-2 Applicant) in the Form of Bank Guarantee as per prescribed Form T-5; vii. Certified copies of other documents: a. Certificate of Incorporation of Company; b. MoA and AoA of the Company or relevant document showing that the applicant is engage in providing similar ATMS services; c. Document(s) in support of Technical strength 2 as per Form T-4; d. Certified copy of latest income tax return duly acknowledged by the Income Tax Department or audited annual accounts statement for F.Y ; e. Affidavit from the applicant that it is not involved in any litigation with the Authority as per format prescribed in Form T-6; f. Any other document providing additional information in respect of financial strength, technical experience, etc. 12. Opening, evaluation and empanelment process 12.1 The applications received by the Authority will be examined and evaluated in accordance with the provisions set out herein NHAI reserves the right to reject any application which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by NHAI in respect of such applications. 2 Please furnish duly filled Form T-4 in support of each ATMS project experience claimed. Page 8 of 25

10 12.3 In the first stage the Evaluation Committee shall examine the statement of qualification furnished by the Applicant in support of their fulfillment of eligibility against the prescribed criteria. An application shall be considered Responsive only if: (a) The prescribed documents at para 11 above are received by NHAI in the manner prescribed at para 8 with proper seal and signature. (b) Application fee, Common cost of Bid Documents and Common Bid Security is submitted in the prescribed amount and manner. (c) The application contains all the required documents and information in the prescribed manner. (d) The applicant qualifies the prescribed eligibility criteria. (e) The application does not contain any pre-condition, assumption or qualification; and (f) It is not non-responsive in terms hereof Letter of Empanelment (LoE) shall be issued by NHAI by to the shortlisted applicant. Upon receipt of LoE, the shortlisted applicant, shall comply with the conditions of LoE and submit a Letter of Acceptance to Authority by return . The shortlisted / empanelled applicant shall be asked to register on e-portal of NHAI No applicant shall submit more than one application. If more than one application is received from the same applicant, all such applications shall be summarily rejected NHAI will be at liberty to keep the credentials of the Applicants submitted by them in public domain and the same may be uploaded by NHAI on its web site. The Applicants shall have no objection if NHAI uploads/ hosts the information pertaining to their credentials as well as other information contained in their application NHAI, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to; (i) Suspend and/or cancel the empanelment process and/or amend and/or supplement the process or modify the dates or other terms and conditions relating thereto; (ii) Consult any Applicant in order to receive clarification or further information or documents; (iii) Retain any information and/ or evidence submitted to NHAI by, on behalf of, and/ or in relation to any Applicant; and/or; (iv) Independently verify, disqualify, reject and/ or accept any and all submissions or other information and/or evidence submitted by or on behalf of any Applicant NHAI is not bound to reply/ respond to any representation/ letter or request for change in scope of work, eligibility criteria or any relaxation in conditions. No correspondence will be entertained on this matter It shall be deemed that by submitting the application, the Applicant agrees and releases NHAI, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/or performance of any obligations hereunder, pursuant hereto and/or in connection with the empanelment process and waives, to the fullest extent permitted by Applicable Law, any and all rights and/ or claims it may have in this respect, whether actual or contingent, whether present or in future. Page 9 of 25

11 12.10 Verification and Dis-qualification: NHAI reserves the right to verify all statements, information and documents submitted by the Applicant and the Applicants shall, when so required by NHAI, make available all such information, evidence and documents as may be necessary for such verification. Any such verification or lack of such verification, by NHAI shall not relieve the Applicant of its obligations or liabilities hereunder nor will it affect any rights of NHAI thereunder The Authority reserves the right to remove the applicant from the list of empaneled agencies, reject any Financial e-bid and appropriate the Bid Security if: (a) at any time, a material misrepresentation is made or uncovered, or (b) the Bidder does not provide, within the time specified by the Authority, the supplemental information sought by the Authority for evaluation of the Application/Financial Bid Such misrepresentation/improper response shall lead to disqualification of the Bidder. If such disqualification/ rejection occurs after the Financial e-bids have been opened and the lowest bidder gets disqualified/rejected, then the Authority reserves the right to: (a) invite the remaining Bidders to re-submit their Financial e-bids; or (b) take any such measure as may be deemed fit in the sole discretion of the Authority, including annulment of the Bidding Process. 13. Integrity Pact: Applicants shall comply with the provisions of the Office Memorandum No /09/2008- Vig. Dated issued by NHAI (Copy enclosed) at Appendix-I. Page 10 of 25

12 Form T-1: Covering Letter (To be prepared on letterhead of the applicant) To General Manager (Electronics) National Highways Authority of India G 5&6, Sector-10, Dwarka New Delhi Subject: Application for empanelment of agencies to implement ATMS on National Highways. Ref. No. NHAI/13043/01/2016/HAM dated 19/02/2016. Dear Sir, 1. I/We, the undersigned, have carefully examined the contents of the document including amendments/ addendums (if any) thereof and undertake to fully comply and abide by the terms and conditions specified therein and hereby submit our application. Our application is unconditional and unqualified. 2. I/We undertake that, in competing for (and, if the award is made to us), for executing the above contract, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act I/We understand that : (a) this application, if found incomplete in any respect and/ or if found with conditional compliance or not accompanied with the requisite application fee and/ or prescribed supporting document shall be summarily rejected. (b) if at any time, any averments made or information furnished as part of this application is found incorrect, then the application will be rejected and the empanelment, shall be cancelled. (c) NHAI is not bound to accept any/ all application(s) it will receive. 4. I/We declare that : (a) I/We have not been declared ineligible by NHAI or Ministry of Road Transport & Highways, Government of India or any other agency for indulging in corrupt or fraudulent practices. I/We also confirm that I/We have not been declared as non-performing or debarred by NHAI or Ministry of Road Transport & Highways, Government of India. (b) I/We haven t been blacklisted by a Central/ State Government institution/ Public Sector Undertaking/ Autonomous body and there has been no litigation with any Government Department/ PSU/ Autonomous body on account of similar services. (c) I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in the request for proposal issued by or any Contract entered into with NHAI or any other Public Sector Enterprise or any Government, Central or State; and I/We hereby certify that we have taken steps to ensure that, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice. Page 11 of 25

13 5. I/We certify that : (a) I/We have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake the subject work or which relates to a grave offence that outrages the moral sense of the community. (b) Neither the applicant company nor any of its Directors are the subject of criminal or civil proceedings that could be expected to adversely affect its business or its ability to bid in the present tender. (c) No investigation by a regulatory authority is pending either against us or against our CEO or any of our Directors and Managers. (d) The information provided in this application is true, accurate and complete to the best of my knowledge and belief. Nothing has been omitted which renders such information misleading; and all documents accompanying my/our application are true copies of their respective originals. I/We shall be liable for disqualification or termination of contract at any stage, if any information/ declaration is found to be incorrect or false. I/We will intimate NHAI promptly in case of any change in the information submitted as part of this application. (e) I/We offer the application fee, common cost of bid document and common bid security in accordance with RFQ and as per the details furnished below: Applied under Category-1 / Category -2 3 for empanelment. Details of Application DD/ Banker s Cheque/ Date of Amount (Rs.) fee Pay Order No. issue. Details of cost of common bid document Details of cost of Common Bid Security DD/ Banker s Cheque/ Pay Order No. Date of issue Bank Guarantee Date of No. issue Amount (Rs.). Amount (Rs.). Issuing Bank/ Branch.. Issuing Bank/ Branch..... Issuing Bank/ Branch... (f) My/ our technical strength is as under as per our experience in last 5 years (including current financial year) and experience certificates in support of our experience is enclosed. (i) Number of ATMS works (qualify the requirements under RFQ) completed: (ii) Completed ATMS experience covers a road length of.. km. (roads of standard NH or equivalent). (g) I am the Director / Authorized Signatory of the aforesaid company / firm and I am authorized to sign this application on behalf of the company. I am submitting my application after carefully reading all the prescribed terms and conditions and its addendum/ amendment, if any, and undertake to abide by the same. It is also certified that our application is unconditional. Yours sincerely, Name. Designation/ Title of the Authorized Signatory 3 Strike out whichever is not applicable. Page 12 of 25

14 Form T-2: Brief Information about the Applicant(s) (To be prepared on letterhead of the Applicant) Subject: Application for empanelment of agencies for implementation of ATMS on National Highways. Ref. No. NHAI/13043/01/2016/HAM dated 19/02/ (a) Name of Applicant : (b) Year of establishment: (c) Registered Address: (d) Constitution of the Applicant entity e.g. Government enterprise, private limited company, limited company, etc. (e) In case of a Government enterprise, please indicate as to whether legally and financially autonomous and operate under commercial law. (f) Name(s) of Directors/ Yes/ No/ Not applicable Address for correspondence with Telephone/ Fax numbers/ address: (a) Complete postal address: (b) Fixed telephone number (c) Mobile number (d) address 3. Name & Address of the principal banker: (a) Bank A/c Number (b) Branch Address (c) IFSC /MICR Code: 4. Name of the Statutory Auditor/ Company Secretary/ Chartered Accountant certifying the documents along with his/ her Membership number, if applicable: Name. Designation/ Title of the Authorized Signatory Page 13 of 25

15 Form T-3: Format for Power of Attorney Know all men by these presents, we,... (Name of Company and address of the registered office) do hereby constitute, nominate, appoint and authorize Mr / Ms... son/daughter/wife of.. and presently residing at..., who is presently employed with us and holding the position of... as our true and lawful attorney (hereinafter referred to as the Authorized Signatory or Attorney ) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Application for empanelment and financial e-bids for Implementation of ATMS System on National Highways, proposed by National Highways Authority of India, including but not limited to signing and submission of all applications, bid(s) and other documents and writings, and providing information/ responses to NHAI, representing us in all matters before NHAI, signing and execution of all contracts and undertakings consequent to acceptance of our bid and generally dealing with NHAI in all matters in connection with or relating to or arising out of our application or e-bid and/or upon award thereof to us. AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Authorised Signatory or Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Authorised Representative/ Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us. IN WITNESS WHEREOF WE,...THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS... DAY OF..., 2016 Witnesses: Notarised For... (Signature, name, designation and address) Accepted... (Signature, name, designation and address of the Attorney) Notes: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. The Power of Attorney should be executed on a non-judicial stamp paper of appropriate denomination and should be registered or duly notarised by a notary public. Wherever required, the Applicant should submit for verification the extracts of the charter documents and other documents such as a resolution/power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant. For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However, Applicants from countries that have signed the Hague Legislation Convention 1961 need not get their Power of Attorney legalised by the Indian Embassy if it carries a conforming Apostles certificate. Page 14 of 25

16 Form T-4: Format of submission of Work Experience / Technical Strength of Applicant Subject: Application for empanelment of agencies for implementation of ATMS on National Highways. Ref. No. NHAI/13043/01/2016/HAM dated 19/02/2016. Client Details Name of Work / Project 4 Client Name:.. Address:.. Name of Contact Person:.. Contact No.. Location: Approximate Value of Work / Project (INR) Contact ID... (official ID) Start Date Completion Date Present Status of Project (as per the applicants mandate) Present Status Application Users Name of Persons Deployed (Key Persons only) Detailed features of ATMS Project Executed: Name. Designation/ Title of the Authorized Signatory Dated:.. /../ Please furnish duly filled Form T-4 in support of each ATMS project experience claimed Page 15 of 25

17 Form T-5: Bank Guarantee for Common Bid Security BG No. Date.. To, The Chairman National Highways Authority of India G-5&6, Sector 10 Dwarka, New Delhi In consideration of National Highways Authority of India (NHAI) (hereinafter referred to as the Authority, which expression shall unless it be repugnant to the subject or context thereof include its successors and assigns) having agreed to receive the application of M/s. and having its registered office at..(hereinafter referred to as the Bidder which expression shall unless it be repugnant to the subject or context thereof, include its/ their successors, administrators, executors and assigns), for getting prequalified for empanelment and submission of bids for the works of Implementation of Advanced Traffic Management System (ATMS) on National Highways (hereinafter called the Works ) pursuant to RFQ document dated. of the Authority, and the bidder having agreed to furnish a Bank Guarantee to the Authority as Common Bid Security for the purpose indicated in the said RFQ, we,.. (Name of the Bank) having our registered office at. and one of its branches at., a body registered / constituted under the. (hereinafter referred to as the Bank), which expression shall, unless it be repugnant to the subject or context thereof, include its successors, administrators, executors and assigns at the request of the bidder, do hereby in terms of RFQ document, irrevocably, unconditionally and without reservation guarantee the due and faithful fulfillment and compliance of the terms and conditions of the RFQ document by the said bidder and unconditionally and irrevocably undertake to pay forthwith to the Authority an amount of Rs../- (Rupees..only) (hereinafter referred to as the Guarantee ) as aforesaid at any time up to.. as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and conditions contained in the said RFQ Document. 2. Any such written demand made by the Authority stating that the Bidder is in default of the due and faithful fulfilment and compliance with the terms and conditions contained in the RFQ / Bidding Documents shall be final, conclusive and binding on the bank. 3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under this Guarantee without any demur, reservation recourse, contest or protest and without any reference to the Bidder or any other person and irrespective of whether the claim of the Authority is disputed by the Bidder or not, merely on the first demand from the Authority stating that the amount claimed is due to the Authority by reason of failure of the Bidder to fulfil and comply with the terms and conditions contained in the RFQ/ Bidding Documents including failure of the said Bidder to keep its Bid open during the Bid validity period as setforth in the said RFQ / Bidding Document for any reason whatsoever. Any such demand made on the bank shall be conclusive as regards amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs... Crore (Rupees... only). 4. This Guarantee shall be irrevocable and remain in full force upto. inclusive of a claim period of 60 (sixty) days or for such extended period as may be mutually agreed between the Page 16 of 25

18 Authority and the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been paid. 5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to whether the Bidder is in default of due and faithful fulfillment and compliance with the terms and conditions contained in the RFQ/ Bidding Documents including, inter alia, the failure of the Bidder to keep its Bid open during the Bid validity period set forth in the said Bidding Documents, and the decision of the Authority that the Bidder is in default as aforesaid shall be final and binding on us, notwithstanding any differences between the Authority and the Bidder or any dispute pending before any Court, Tribunal, Arbitrator or any other Authority. 6. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person. 7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the Bank as the principal debtor. The Authority shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any of the terms and conditions contained in the said RFQ / Bidding Documents or to extend time for submission of the Bids or the Bid validity period or the period for conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and compliance with all or any of the terms and conditions contained in the said RFQ / Bidding Documents by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said RFQ/ Bidding Documents or the securities available to the Authority, and the Bank shall not be released from its liability under these presents by any exercise by the Authority of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of the Authority or any indulgence by the Authority to the said Bidder or by any change in the constitution of the Authority or its absorption, merger or amalgamation with any other person or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability. 8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made if addressed to the Bank and sent by courier or by registered mail to the Bank at the address set forth herein. 9. We undertake to make the payment on receipt of your notice of claim on us addressed to name of Bank along with branch address and delivered at our above branch which shall be deemed to have been duly authorized to receive the said notice of claim. 10. It shall not be necessary for the Authority to proceed against the said Bidder before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Authority may have obtained from the said Bidder or any other person and which shall, at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized. 11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the previous express consent of the Authority in writing. Page 17 of 25

19 12. The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated herein, the undersigned is duly authorized and has full power to execute this Guarantee for and on behalf of the Bank. 13. This guarantee shall also be operable at our branch at New Delhi, from whom, confirmation regarding the issue of this guarantee or extension/ renewal thereof shall be made available on demand. In the contingency of this guarantee being invoked and payment thereunder claimed, the said branch shall accept such invocation letter and make payment of amounts so demanded under the said invocation. 14. This bank guarantee shall be valid from 15. Notwithstanding anything contained herein: (i) Our liability under this Bank Guarantee shall not exceed Rs. /- (ii) The Bank Guarantee shall be valid up to (iii) We are liable to pay the Guarantee amount or any part thereof under this Guarantee only and only if you serve upon us a written claim or demand on or before. Signed and Delivered by. Bank. By the hand of Mr. / Ms..., its. and authorize official. (Signature of the Authorised Signatory) (Name & Designation with Bank s Official Seal) NOTE: (iii) The bank guarantee(s) shall contain the name, designation and code number of the officer(s) signing the guarantee(s); (iv) The address, telephone no. and other details of the Head Office of the Bank as well as of issuing branch should be mentioned on the covering letter of issuing Branch. (v) The bank guarantee shall be signed by the officials as per the norms prescribed by the RBI in this regard. Page 18 of 25

20 Form T-6: Affidavit on Litigation / Arbitration History (on Non-judicial Stamp Paper of Value Rs.100/-) Name of Bidder:.. The Applicant should provide information on any history of litigation or arbitration resulting from the contracts executed in the last five years or currently under execution. Year Award for or against Applicants Name of Client, Cause of Litigation and Matter in Dispute Disputed Amount (Current Value in India Rs.) Actual Awarded Amount in India Rs. INFORMATION REGARDING CURRENT LITIGATION, DEBARRING / EXPELLING OF APPLICANT OR ABANDONMENT OF WORK BY APPLICANT 1. (a) Has the Applicant or its constituent partners history of litigation awarded against him? Yes No (b) If yes, give details (a) Has the Applicant or any of its Constituent Partners or Directors been debarred / expelled, during the last 5 years as on the date of application, on the basis of their performance in any assignment or for any other reason including fraudulent and corrupt practices, etc? Yes No (b) If yes, give details including period of debarment: (a) Has the Applicant or any of its Constituent Partners or Directors failed to perform on any contract, during the last 5 years as on the date of application, as evidenced by imposition of a penalty or a judicial pronouncement or arbitration award or has been expelled from any work or contract or have had any contract terminated for breach on their part or abandoned any contract work or has been declared bankrupt? Yes No (b) If yes, give details.... Note: If any information in this affidavit is found to be incorrect or concealed, prequalification / empanelment application will be summarily rejected. Based on information in this affidavit, NHAI, in its sole discretion shall take a decision to prequalify the applicant. Page 19 of 25

21 Appendix-I Page 20 of 25

22 Page 21 of 25

23 INTEGRITY PACT FORMAT (To be executed on plain paper and submitted along with Technical Bid. To be signed by the bidder and same signatory competent/ authorized to sign the relevant contract on behalf of NHAI) RFQ No.. Dated.. This Integrity Pact is made at on this day of 2016 Between National Highways Authority of India (NHAI), a statutory body constituted under the National Highways Authority of India Act, 1988, which has been entrusted with the responsibility of development, maintenance and management of National Highways having its office at G-5 & 6, Sector 10, Dwarka, New Delhi, hereinafter referred to as The Principal, which expression shall unless repugnant to the meaning or contract thereof include its successors and permitted assigns. And, hereinafter referred to as The Bidder/ Contractor/ Service Provider and which expression shall unless repugnant to be meaning or context thereof include its successors and permitted assigns. Preamble Whereas, the Principal intends to award, under laid down organizational procedures contract/s for. The Principal values full Compliance with all relevant laws of the land, rules of land, regulations, economic use of resources and of fairness/ transparency in its relations with its Bidder(s)/ Contractor(s)/ Service Provider(s). And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity Pact (hereafter referred to as Integrity Pact) the terms and conditions of which shall also be read as integral part and parcel of the Tender documents and contract between the parties. Now, therefore, in consideration of mutual covenants stipulated in this pact, the parties hereby agree as follows and this pact witnesseth as under: Article 1- Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles: (a) No employee of the Principal, personally or through family members, will in connection with the tender for or the execution of a contract, demand, take a promise for or accept for self or third person any material or immaterial benefit which the person is not legally entitled to. (b) The Principal will during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular before and during the tender process provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/ additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution. (c) The Principal will exclude all known prejudiced persons from the process, whose conduct in the past has been of biased nature. (2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions as per its internal laid down Rules/ Regulations. Page 22 of 25

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

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) Regional Office : No.4 North Avenue,Srinagar Colony,Saidapet, Chennai 15. Phone : 22201216/0350 Fax. 22200068. E-Mail :rmmdrs.cwhc@nic.in

More information

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES FOR THE NABARD FINANCIAL SERVICES NABARD Financial Services Limited # 190, Rashtriya Vidyalaya Road, Jayanagar 2nd Block, Bengaluru-560

More information

No. MMTC/MIN/IOS/05/2015 Date : 20.08.2015

No. MMTC/MIN/IOS/05/2015 Date : 20.08.2015 Core 1, SCOPE Complex, Institutional Area, Lodhi Road, New Delhi-110 003 INDIA Phone : 011 2436 2200 Fax : 0091 11 2436 4106 Website : www.mmtclimited.gov.in --------- No. MMTC/MIN/IOS/05/2015 Date : 20.08.2015

More information

--------------------------------------------------------------------------------------------------------------------------------------

-------------------------------------------------------------------------------------------------------------------------------------- Indian Institute of Technology Hyderabad KANDI, SANGAREDDY Medak (District) - PIN-502 285, Telangana, India Phone-91-040-23016025 Email: cenlib@iith.ac.in Webpage: http://library.iith.ac.in --------------------------------------------------------------------------------------------------------------------------------------

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

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI. CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI. E-TENDER DOCUMENT FOR APPOINTMENT OF REGULAR H&T CONTRACTOR AT CW, CHROMEPET, CHENNAI. DATE FOR DOWNLOADING TENDER

More information

MODEL TRIPARTITE AGREEMENT (FOR ROAD PROJECTS) BETWEEN PROJECT AUTHORITY, CONCESSIONAIRE AND INFRASTRUCTURE DEBT FUND

MODEL TRIPARTITE AGREEMENT (FOR ROAD PROJECTS) BETWEEN PROJECT AUTHORITY, CONCESSIONAIRE AND INFRASTRUCTURE DEBT FUND MODEL TRIPARTITE AGREEMENT (FOR ROAD PROJECTS) BETWEEN PROJECT AUTHORITY, CONCESSIONAIRE AND INFRASTRUCTURE DEBT FUND This Tripartite Agreement 1 is made at [New Delhi] on the ***** 2 day of *****, 201*

More information

Sale / Assignment of Non Performing Assets. Invitation for Expression of Interest. Special Situation Advisors (India) Pvt. Ltd.

Sale / Assignment of Non Performing Assets. Invitation for Expression of Interest. Special Situation Advisors (India) Pvt. Ltd. Sale / Assignment of Non Performing Assets Invitation for Expression of Interest Special Situation Advisors (India) Pvt. Ltd. November, 2015 Karnataka Bank Limited invites offers from all eligible Asset

More information

ELECTRONIC TRADING FACILITIES SUPPLEMENTAL TERMS AND CONDITIONS OF TRADING

ELECTRONIC TRADING FACILITIES SUPPLEMENTAL TERMS AND CONDITIONS OF TRADING ELECTRONIC TRADING FACILITIES SUPPLEMENTAL TERMS AND CONDITIONS OF TRADING This Supplemental Terms and Conditions of Trading is supplemental to and forms part of the terms and conditions set out in the

More information

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")

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

Registration Form for DCB Business Internet Banking

Registration Form for DCB Business Internet Banking Registration Form for DCB Business Internet Banking Branch : Account Name: Corporate ID (Customer ID) : 1. Account Holder's Declaration, Request and We: (a) Maintain an account with the DCB Bank Limited

More information

(Broadcasting Corporation of India) DOORDARSHAN COMMERCIAL SERVICE. No.PB/DCS/ /2009-10 Dated: / /

(Broadcasting Corporation of India) DOORDARSHAN COMMERCIAL SERVICE. No.PB/DCS/ /2009-10 Dated: / / PRASAR BHARATI (Broadcasting Corporation of India) DOORDARSHAN COMMERCIAL SERVICE Doordarshan Bhawan, Mandi House, Copernicus Marg, New Delhi 110 001 Tel. 011 2338 8204 233 89768 Fax 011 2338 8206 No.PB/DCS/

More information

MEMORANDUM OF AGREEMENT BETWEEN POWER FINANCE CORPORATION LIMITED AND

MEMORANDUM OF AGREEMENT BETWEEN POWER FINANCE CORPORATION LIMITED AND To be executed on Non-Judicial Stamp Paper of requisite value applicable in the state FORM-PFC-PL3 LOAN NO. (Applicable to Rupee Term Loans to State sector borrowers) MEMORANDUM OF AGREEMENT BETWEEN POWER

More information

PAYROLL SERVICE AGREEMENT. On this day of, 2016, this PAYROLL SERVICE AGREEMENT. ( Agreement ) is entered into by and between ("EMPLOYER")

PAYROLL SERVICE AGREEMENT. On this day of, 2016, this PAYROLL SERVICE AGREEMENT. ( Agreement ) is entered into by and between (EMPLOYER) PAYROLL SERVICE AGREEMENT On this day of, 2016, this PAYROLL SERVICE AGREEMENT ( Agreement ) is entered into by and between ("EMPLOYER") and WE PAY Payroll Processing Company, 3 W. Olive Street, Suite

More information

Section IX. Annex to the Particular Conditions - Contract Forms

Section IX. Annex to the Particular Conditions - Contract Forms Section IX. Annex to the Particular Conditions - Contract Forms Table of Forms Notification of Award Contract Agreement Performance Security Advance Payment Security Retention Money Security - 2 - Notification

More information

GCB Debit Card Corporate Application Form

GCB Debit Card Corporate Application Form GCB Debit Card Corporate Application Form Supporting Documents Required Companies Company Regulations Certificate of Incorporation, Certificate to Commence Business Certified copy of a Resolution of Board

More information

Account Type Current Saving Fixed Others (Specify) Constitution: Private Ltd. Co. Public Ltd. Co. NGO Others(Specify)

Account Type Current Saving Fixed Others (Specify) Constitution: Private Ltd. Co. Public Ltd. Co. NGO Others(Specify) NEPAL SBI BANK LIMITED...Branch ACCOUNT NUMBER Account Type Current Saving Fixed Others (Specify) Constitution: Private Ltd. Co. Public Ltd. Co. NGO Others(Specify) Currency NPR USD EURO Others ((Specify)

More information

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND (Rev 03/02) Page 1 of 6 COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, the Contractor ( Principal ) whose principal place of business is located at and ( Surety

More information

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

(A K Chatterjee ) Sc. F & Head, BIS-DSBO BUREAU OF INDIAN STANDARDS (Durgapur Sub Branch Office) Our Ref: DSBO/CA Tender/2014 NOTICE INVITING QUOTATIONS FOR HIRING TAX CONSULTANCY/OUTSOURCING OF ACCOUNTS WORK THROUGH TALLY PACKAGE & MANUAL BASIS

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

Last modified on 16-3-15. IEC Code : c INR Account. c FCY Account* c EEFC Account* Permanent Account Number : Registered Address : Fax : Mobile

Last modified on 16-3-15. IEC Code : c INR Account. c FCY Account* c EEFC Account* Permanent Account Number : Registered Address : Fax : Mobile The form should be signed after all details are completely filled. All information in the "Entity Details" section is Mandatory. Please complete all sections in BLOCK LETTERS and tick boxes where applicable.

More information

Insurance Market Solutions Group, LLC Sub-Producer Agreement

Insurance Market Solutions Group, LLC Sub-Producer Agreement Insurance Market Solutions Group, LLC Sub-Producer Agreement This Producer Agreement is made and entered into effective the day of, 20, by and between Insurance Market Solutions Group, LLC a Texas Company

More information

EXPRESSION OF INTEREST. for. Reconciliation System

EXPRESSION OF INTEREST. for. Reconciliation System EXPRESSION OF INTEREST for Reconciliation System May 2015 (K-REP Bank reserves the right to cancel this request for EOI and / or invite afresh with or without amendments to this request for EOI, without

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

IRREVOCABLE LETTER OF CREDIT REIMBURSEMENT AGREEMENT

IRREVOCABLE LETTER OF CREDIT REIMBURSEMENT AGREEMENT 4/1/2015 IRREVOCABLE LETTER OF CREDIT REIMBURSEMENT AGREEMENT THIS AGREEMENT, dated as of, is between, an institution organized and existing under the laws of having its principal office at (the Customer

More information

UNITED BANK OF INDIA Head Office: Kolkata

UNITED BANK OF INDIA Head Office: Kolkata UNITED BANK OF INDIA Head Office: Kolkata AGREEMENT FOR TERM LOAN AGAINST FUTURE RENT RECEIVABLES THIS AGREEMENT FOR TERM LOAN AGAINST FUTURE RENT RECEIVABLES is made this... Day of... two thousand...

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

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

Company Introductory Form

Company Introductory Form Company Introductory Form Acuity Stockbrokers (Pvt) Ltd Level 05, Acuity House No.53, Dharmapala Mawatha, Colombo 03 Tel: 0112-206206 Fax: 0112-206298/73 1of 3 Note: This form should be completed and retained

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

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise

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

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees of Forest Directorate Government of West Bengal Government of West Bengal Forest

More information

FOR INFORMATION PURPOSES ONLY

FOR INFORMATION PURPOSES ONLY On December 23, 2013, the debtor Metropolitní spořitelní družstvo v likvidaci, having its registered office at Balbínova 404/22, Prague 2, Postal Code 120 00, Identification Number: 255 71 150, registered

More information

Internet Based Trading Services through ASP

Internet Based Trading Services through ASP Circular No.: MCX-SX/IT/18/2008 October 23, 2008 Dear Members, Internet Based Trading Services through ASP This Circular is in continuation to the Circular MCX-SX/CTCL/15/2008, dated October 14, 2008,

More information

Life Insurance Corporation of India, Divisional office, Jeevan Prakash, Julu Park, Hazaribag Ref. No. HDO/E&OS Date: 12.02.2016

Life Insurance Corporation of India, Divisional office, Jeevan Prakash, Julu Park, Hazaribag Ref. No. HDO/E&OS Date: 12.02.2016 Life Insurance Corporation of India, Divisional office, Jeevan Prakash, Julu Park, Hazaribag Ref. No. HDO/E&OS Date: 12.02.2016 Re: Empanelment of Courier Service Providers Applications in sealed envelope

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

ICE CLEAR EUROPE LIMITED. - and - COMPANY NAME

ICE CLEAR EUROPE LIMITED. - and - COMPANY NAME Dated 20 ICE CLEAR EUROPE LIMITED - and - COMPANY NAME SPONSOR AGREEMENT LNDOCS01/795343.7 TABLE OF CONTENTS Clause Page PURPOSE OF THE AGREEMENT... 3 1. INTERPRETATION... 3 2. OBLIGATIONS OF THE COMPANY...

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

GUIDELINES FOR THE ADMINISTRATION OF INSURANCE AGENTS - 2010

GUIDELINES FOR THE ADMINISTRATION OF INSURANCE AGENTS - 2010 GUIDELINES FOR THE ADMINISTRATION OF INSURANCE AGENTS - 2010 PART I - PRELIMINARY Purpose and Authorisation 1. These Guidelines are intended to provide the framework and procedure for the licencing and

More information

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6

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

1. Technical Offer Submission Sheet

1. Technical Offer Submission Sheet 8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.

More information

PERFORMANCE BOND INSTRUCTIONS (FEB 2015)

PERFORMANCE BOND INSTRUCTIONS (FEB 2015) PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

FOREXer Advisory ADVISORY AGREEMENT. Last update of this DisclosureDocument is Aug 1 st, 2013.

FOREXer Advisory ADVISORY AGREEMENT. Last update of this DisclosureDocument is Aug 1 st, 2013. FOREXer Advisory ADVISORY AGREEMENT Last update of this DisclosureDocument is Aug 1 st, 2013. TRADING ADVISORY AGREEMENT This Trading Advisory Agreement (the Agreement ) is entered into as of the Date:-------------------by

More information

Tender Notice No-1(NM)/2016

Tender Notice No-1(NM)/2016 S.N Name of Service 1 Supply of drinking water by tankers Pre-bid meeting Not Applicable Last date and time of submitting tender online 07.07.2016 upto 13:00 hrs Cost of earnest money (EMD) Rs. 90,000/-

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

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant...

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant... Securities and Exchange Board of India SEBI Bhavan, Plot No. C-4A, G Block, Bandra Kurla Complex, Bandra (E), Mumbai 400 051 Tel. No.022-26449000/26449170 Application Form Empanelment of Contractors for

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

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part

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

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER Sealed tenders are hereby invited in two separate sealed covers (Technical and Commercial offers) from eligible registered manpower supplier

More information

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS Expression of Interest for empanelment of civil and other contractors KMRL/PROJ/AM CIVIL III/2015/803/EOI 07-15 29/07/2015

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

PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:

PRODUCER AGREEMENT. Hereinafter (Producer), in consideration of the mutual covenants and agreements herein contained, agree as follows: PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an

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

175 TownPark Drive, Suite 400, Kennesaw, GA 30144 APPROVED UNDERWRITER AGREEMENT

175 TownPark Drive, Suite 400, Kennesaw, GA 30144 APPROVED UNDERWRITER AGREEMENT 175 TownPark Drive, Suite 400, Kennesaw, GA 30144 APPROVED UNDERWRITER AGREEMENT THIS APPROVED UNDERWRITER AGREEMENT (the Agreement ) is made and entered into as of this day of, 20, by and between, (the

More information

LIMITED LIABILITY COMPANY INTEREST SALE AND ASSIGNMENT AGREEMENT

LIMITED LIABILITY COMPANY INTEREST SALE AND ASSIGNMENT AGREEMENT LIMITED LIABILITY COMPANY INTEREST SALE AND ASSIGNMENT AGREEMENT THIS LIMITED LIABILITY COMPANY SALE AND ASSIGNMENT AGREEMENT (this Agreement ) is made as of February 5, 2009, by Stearns SPV I, LLC, a

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

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name

More information

TERMS OF BUSINESS AGREEMENT

TERMS OF BUSINESS AGREEMENT TERMS OF BUSINESS AGREEMENT 2525 E Camelback Rd, Suite 800 As used in this Agreement, The Keating Group, Inc. (tkg) shall refer to any business unit or entity that may be affiliated through common ownership

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

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

[FORM OF AGREEMENT FOR U.S.- PLEASE INSERT INFORMATION WHERE INDICATED] ELECTRONIC DATA INTERCHANGE (EDI) TRADING PARTNER AGREEMENT

[FORM OF AGREEMENT FOR U.S.- PLEASE INSERT INFORMATION WHERE INDICATED] ELECTRONIC DATA INTERCHANGE (EDI) TRADING PARTNER AGREEMENT [FORM OF AGREEMENT FOR U.S.- PLEASE INSERT INFORMATION WHERE INDICATED] ELECTRONIC DATA INTERCHANGE (EDI) TRADING PARTNER AGREEMENT THIS ELECTRONIC DATA INTERCHANGE TRADING PARTNER AGREEMENT (the EDI Agreement

More information

(Incorporated in Bermuda with limited liability) (Stock Code: 343)

(Incorporated in Bermuda with limited liability) (Stock Code: 343) Hong Kong Exchanges and Clearing Limited and The Stock Exchange of Hong Kong Limited and Hong Kong Securities Clearing Company Limited take no responsibility for the contents of this application form and

More information

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office)

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office) Certificate of Entitlement (COE) Bidding Agreement VENDOR S NAME (Addresses and details of Head Office and Branch Office) THIS PURCHASER S REQUEST AND AUTHORISATION TO BID FOR A COE AGREEMENT ("the Agreement")

More information

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:.. 1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy

More information

Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax

Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax APPLICATION FOR BUSINESS CREDIT Date: NOTE: This application for Business Credit

More information

Expression of Interest (EOI)

Expression of Interest (EOI) KHADI AND VILLAGE INDUSTRIES COMMISSION MINISTRY OF MICRO SMALL AND MEDIUM ENTERPRISE, GOVT. OF INDIA 3, IRLA ROAD, VILE PARLE (W), MUMBAI-400056 Expression of Interest (EOI) FOR THE SELECTION OF AGENCY

More information

Request For Qualification. for. Development and Operation of DRD OC Mine through Mine Developer Cum Operator (MDO)

Request For Qualification. for. Development and Operation of DRD OC Mine through Mine Developer Cum Operator (MDO) Request For Qualification for Development and Operation of DRD OC Mine through Mine Developer Cum Operator (MDO) Central Coalfields Limited (A subsidiary of Coal India Limited) (A Government of India Undertaking)

More information

CREDIT FACILITY AGREEMENT BETWEEN. Insert the name of the Borrower AND THE SOUTH INDIAN BANK LTD

CREDIT FACILITY AGREEMENT BETWEEN. Insert the name of the Borrower AND THE SOUTH INDIAN BANK LTD CREDIT FACILITY AGREEMENT (To be stamped as an agreement) BETWEEN Insert the name of the Borrower AND THE SOUTH INDIAN BANK LTD Facility Amount Rs. This forms part of the Agreement for credit facility

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

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

CLEARING MEMBERSHIP AGREEMENT

CLEARING MEMBERSHIP AGREEMENT CLEARING MEMBERSHIP AGREEMENT DATED between LCH.CLEARNET LLC and LCH.CLEARNET LIMITED 17 State Street, 28th floor, New York, NY 10004 Telephone: +1 (212) 513-8282 Website: www.lchclearnet.com In consideration

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

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

E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016

E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016 ~~ Government of India Ministry of ExternaL Affairs (Haj Division) E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016 Tender No: M/Haj/1183/09/2016

More information

APPLICATION FOR BUSINESS CREDIT

APPLICATION FOR BUSINESS CREDIT _. Return Completed Application to: Pike Industries, Inc. 3 Eastgate Park Road Belmont, NH 03220 Phone: 603.527.5100 Fax: 603.527.5101 APPLICATION FOR BUSINESS CREDIT Date: Pike Salesman s Name: NOTE:

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

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

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT CONDITIONS OF TENDER TENDER NO : XXX TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT EVALUATION CRITERIA 1. Unless otherwise allowed by the Ministry

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

Expedited Dispute Resolution Bond (P3 Form)

Expedited Dispute Resolution Bond (P3 Form) Expedited Dispute Resolution Bond (P3 Form) Bond No. KNOW ALL WHO SHALL SEE THESE PRESENTS: THAT WHEREAS, (the "Owner") has awarded to (the "Obligee"), a Public-Private Agreement (the PPA ) for a project

More information

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Alipura/Sayajipura Baroda Baroda

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Alipura/Sayajipura Baroda Baroda CONCEPT Bank of Baroda proposes to construct premises for establishment of Baroda RSETIs (Rural Self Employment Training Institutes) at the following places where our Baroda Swarojgar Vikas Sansthan are

More information

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO.

SCHEDULE 14. Part 1 Performance Bond PERFORMANCE BOND NO. SCHEDULE 14 BONDS Part 1 Performance Bond PERFORMANCE BOND NO. $ KNOW ALL PERSONS BY THESE PRESENTS, that Contractor s Name as Principal ( the Principal ) and Surety / Insurance Company name and address,

More information

Initial Application for Debt Management License Attachments and Instructions

Initial Application for Debt Management License Attachments and Instructions FIS 0506 (05/15) Department of Insurance and Financial Services Page 1 of 3 Initial Application for Debt Management License Initial Application for Debt Management License Attachments and Instructions

More information

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

PQ Value No. Tender(Rs) (Rs.) NOTICE INVITING TENDER (NIT) PRESS TENDER NOTICE(Two Cover System) DT.27.06.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"

More information

Vorpahl Wing Securities, Inc. Assets Management Agreement

Vorpahl Wing Securities, Inc. Assets Management Agreement Vorpahl Wing Securities, Inc. Assets Management Agreement Account : Account # IAR # This Assets Management Agreement together with the Schedules attached hereto, (collectively the Agreement ), is by and

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

AGREEMENT FOR CONSULTING SERVICES EXECUTIVE IN RESIDENCE PROGRAM CCIT. JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"), having its

AGREEMENT FOR CONSULTING SERVICES EXECUTIVE IN RESIDENCE PROGRAM CCIT. JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the Authority or NJEDA), having its AGREEMENT FOR CONSULTING SERVICES EXECUTIVE IN RESIDENCE PROGRAM CCIT AGREEMENT made this day of, 2015, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"), having its

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

Real Estate Salesman Agreement (Independent Contractor)

Real Estate Salesman Agreement (Independent Contractor) Real Estate Salesman Agreement (Independent Contractor) This Packet Includes: 1. General Information 2. Instructions and Checklist 3. Real Estate Salesman Agreement (Independent Contractor ) 1 General

More information

LLC Operating Agreement With Corporate Structure (Delaware)

LLC Operating Agreement With Corporate Structure (Delaware) LLC Operating Agreement With Corporate Structure (Delaware) Document 1080B www.leaplaw.com Access to this document and the LeapLaw web site is provided with the understanding that neither LeapLaw Inc.

More information

Power of Attorney for Lead Member of Consortium

Power of Attorney for Lead Member of Consortium Power of Attorney for Lead Member of Consortium (Refer Clause 2.3.6) APPENDIX - 2 Whereas the Kamarajar Port Limited ( the Authority ) has invited applications from interested parties for Appointment of

More information

Broker agreement (Group Insurance & Group Annuities)

Broker agreement (Group Insurance & Group Annuities) This agreement entered into Between: ( the Company ) and ( the Broker ) witnesseth that in consideration of the mutual covenants of the parties herein contained, the parties hereto agree as follows: 1.

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information