Cost of Tender Schedule: Rs 525/- (inclusive of 5%)

Size: px
Start display at page:

Download "Cost of Tender Schedule: Rs 525/- (inclusive of VAT @ 5%)"

Transcription

1 Page 1 of 32 KAMARAJAR PORT LIMITED VALLUR POST, CHENNAI 120. PHONE ARCHITECTURAL CONSULTANCY SERVICES TENDER NO: KPL/OP/95.19/A/2013 NAME OF WORK: PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR THE WORK OF CONSTRUCTION OF ADMINISTRATIVEOFFICE BUILDING (ANNEXE) AT KAMARAJAR PORT (GROUND + 6 FLOORS) COVER 1 TECHNICAL BID Cost of Tender Schedule: Rs 525/- (inclusive of 5%) DD drawn in favour of Kamarajar Port Limited payable at Chennai to be enclosed along with Cover 1 Last date for receipt of tender documents Date and Time of opening of Technical bid (Cover-1) 15: 00 HRS 15: 30 HRS Date and Time of opening of financial proposals (Cover-2) will be intimated later to the eligible Architects. Certified that this document contains 32 pages (including this page) DEPUTY GENERAL MANAGER (CIVIL) KAMARAJAR PORT LIMITED CHENNAI Certificate by the Architect: Certified that no addition and deletion has been made to the tender documents downloaded from the KPL web site. Signature of the Architect Name & Seal

2 Page 2 of 32 KAMARAJAR PORT LIMITED, CHENNAI Notice Inviting Tenders KPL/OP/95.19 /A/2013 TECHNICAL BID Cover 1 NAME OF WORK: PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR THE WORK OF CONSTRUCTION OF ADMINISTRATIVE OFFICE BUILDING (ANNEXE) AT KAMARAJAR PORT (GROUND + 6 FLOORS) 1. Sealed bids are invited, up to 3.00 pm on by the Deputy General Manager (Civil), Kamarajar Port Limited, Chennai from eligible Architectural firms / individuals satisfying the eligibility criteria prescribed in the tender document. The estimated cost put to tender is Lakhs. 2. The bid documents can be downloaded from the KPL web site ( 3. All Bids, received within the stipulated date and time will be opened in the office of the DGM (Civil), at Administrative building KPL, Chennai at 15:00 Hrs on in the presence of Architects or their authorized representatives. 1.0 Procedure for submission of Bids. Architects who desire to be appointed as consultants for the work shall submit their bids as detailed below 1.1 Cover 1 Technical bid shall contain the following, 1) Cost of tender document Rs.525/- (Cost of tender Rs %) (Non- Refundable) in the form of demand draft drawn in favour of Kamarajar Port Limited, and payable at Chennai. 2) Bid Security - EMD Rs.48,000/- in the form of draft drawn in favour of Kamarajar Port Limited, and payable at Chennai. Bid submitted without cost of tender document and EMD will be summarily rejected. 3) Duly filled and signed copy of the Technical bid downloaded from the KPL web site along with necessary documents as prescribed in the eligibility criteria.

3 Page 3 of 32 4) Conceptual Drawings (Floor plans, roof plan, elevation, 3D views and sections) of the proposed building along with a report on the salient features of the design. 5) Scale model or 3D view of the proposed building in colour printout (A3 size). 4) Preliminary cost estimate of the proposed building, generally as per Plinth Area Rates of Central Public Works Department (CPWD) with prevailing cost index for the building portion and market rate for specialized services. 1.2 The Cover 2 - Financial Bid shall contain the quoted Architectural fees for the work as a lump sum amount and duly filled and signed copy of the financial bid document downloaded from the KPL web site. 1.3 If the bid is made by an individual, he / she shall sign it with his/her full name and his/her address shall be given. If it is made by a firm it shall be signed by a member of the firm (under the seal of the firm), who shall also enter his/her name and address. Name and address of other members of the firm shall also be indicated. If the same is made by a corporation, it shall be signed by a duly authorized officer who shall produce with the bid, satisfactory evidence of his/her authorization. 1.4 For any further clarification the Manager (Civil) of may be contacted. 2.0 Submission of Bids 2 Sealing and Marking of Bids 2.1 The bidder shall put bid security document as per Clause No.16, hereof in one envelope and properly seal and mark as Bid Security. The bidder shall put documents mentioned in Clause No.12.A (ii) in separate envelope and properly seal and mark as Technical Bid. Then put both these envelopes into separate envelope, properly seal and mark as Technical Bid. The bidder shall seal Financial Bid as per Clause No.12.1.(B) hereof, in separate envelope duly marking the envelope as Financial Bid. These envelopes then be put inside one outer envelope and sealed, duly marking the outer envelope as Technical Bid AND Financial Bid. 2.2 The envelopes shall a) be addressed to The Dy. General Manager (C), Kamarajar Port Limited, Vallur post, Chennai 120.Phone: b) Bear the following identification: Bid for providing architectural consultancy services for the work of construction of administrative office building (annexe) at Kamarajar port (ground + 6 floors) Bid Reference No: EPL/OP/A/95.19/2013 DO NOT OPEN BEFORE (15.30HRS & DATE: ) Name and Address of the Bidder The Tender complete in all respect should be put in the tender box (Tender No. EPL/OP/A/95.19/2013 ) in the office of Kamarajar Port Limited, Vallur (Post), Chennai-

4 Page 4 of up to hrs on and open at 15.30hrs on the same date in presence of the tenderers who may wish to be present. 2.3 In addition to the identification required in Sub-Clause2.2, the inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause 21, or the bid is declared non responsive. If the outer envelopes are not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Technical bid and Financial bid. 3.0 Power point presentation All Architects who will be satisfying the eligibility criteria prescribed in the eligibility document will be required to present their respective concept in a Power point presentation on a date to be intimated later. The presentation shall include all the salient features of the building, viz. its form, layout within the site constraints, conceptual details of specialized services like fire fighting and green building features etc. 4.0 Evaluation Procedure. 4.1 The Architectural firms who have satisfied the eligibility criteria prescribed in this Technical bid (Cover 1) shall be shortlisted for opening of their respective Price bids (Cover 2). 4.2 The technical bids, conceptual schemes and drawings and the Power point presentation by the Architects will be evaluated by a committee. 4.3 The financial bids of only those Architects who satisfy the eligibility criteria prescribe in the Technical bid (cover I) will be opened on a date to be intimated later. 4.4 Un-opened Financial Bids of the ineligible firms shall be returned, if requested by the respective Architect. 4.5 The contract will be awarded to the successful bidder at his/her quoted /negotiated amount. 4.6 The Architect whose bid is accepted shall sign a written agreement with the KPL. 4.7 The DGM (Civil) or other accepting authority of KPL reserves the right to reject any bid or all the bids without assigning any reason. 5.0 Bid Validity The Validity period of the bids will be Three months from the date of opening of the Technical bid. 6.0 Bid Security ( Earnest Money Deposit EMD) 6.1. The bidder shall have to pay the Earnest Money Deposit of Rs.48,000/-.

5 Page 5 of The EMD shall be paid by demand draft/pay Order/Banker s Cheques in the name of Kamarajar Port Limited from any Nationalized/Schedule Bank (except Cooperative Banks) encashable at Chennai. Bank Guarantees submitted as Earnest Money shall be valid for 28 days beyond the validity of the bid. Bank Guarantee shall be verified independently by the Port with the bank before finalization of Technical bid. In the event of lack of confirmation of issue of the Bank Guarantee by the Bank, the bid shall stands disqualified EMD of unsuccessful bidders other than L 1, and L 2 will be refunded immediately after ranking of price bids. Earnest Money of L 2 will be refunded immediately after entering in to agreement with L EMD is refunded suo-motto without any application from the bidders The Bid Security of the successful bidder will be discharged after he has signed the Agreement The Bid Security may be forfeited, if a) The Bidder withdraws the Bid after Bid opening during the period of Bid Validity; b) The Bidder does not accept the correction of the Bid Price, or c) The successful Bidder fails within the specified time limit to sign the Agreement. 7.0 Eligibility Criteria 7.1 The applicant should have successfully completed Architectural consultancy works as follows during the last 7 years ending a. Three similar completed works costing not less than the amount equal to 40% of the estimated cost i.e Lakhs. or b. Two similar completed works costing not less than the amount equal to 50% of the estimated cost i.e Lakhs or c. Two similar completed works costing not less than the amount equal to 80% of the estimated cost i.e Lakhs. Similar work means having experience in Architectural consultancy in Port or in similar industries, Railways / PWD / Central / State Government / PSUs / Autonomous bodies / Reputed Private organisations Should have an average annual financial turnover of the firm during the last three years ending should not be less than 30% of the estimated cost i.e Lakhs. This should be certified by a chartered accountant.

6 Page 6 of Should not have incurred any loss in more than two years during the last five years ending Should have a solvency of Rs.7.20 Lakhs certified by the bankers of the applicant dated not earlier than date of publication of this tender document. 7.5 The applicant should have sufficient number of Technical and Administrative staff for the proper execution of the work. The applicant should submit a list of these employees stating clearly how they would be involved in this work. 7.6 The applicant s performance in respect of completed works should be certified by an officer not below the rank of Executive Engineer in case of Government works and Project Manager or equivalent officer for other works. 7.7 Self-certified in house facilities / Infrastructure of the firm DOCUMENTS TO BE ENCLOSED WITH TECHNICAL BID The following documents in support of experience and financial standing shall be enclosed with the application for eligibility. 1. Solvency certificate from the bankers in the enclosed format 2. Financial information in the form A enclosed 3. Details of similar works carried out in the past in form B enclosed 4. Details of works in progress in form C enclosed 5. Performance report of work referred to in form B and form C in Form D enclosed. 6. Details regarding the structure of the organization in form - E enclosed 7. Details of technical and Administrative personal in form E1 enclosed 8. Details of Establishment & Infrastructure Facilities in form F enclosed. 9.0 EVALUATION OF APPLICATIONS FOR ELIGIBILITY 9.1 The applications received along with the required cost of tender & EMD shall be evaluated for eligibility to take part in the further tendering process. 9.2 The applications will be evaluated for conformity to the eligibility criteria prescribed. 9.3 All those applications found eligible will be further evaluated for selection by the following scoring method based on the details submitted by the applicants. 1. Financial Strength (Form A ) Maximum 20 Marks 2. Experience in similar nature of work During the last Five Years. (Form B ) Maximum 30 Marks 3. Performance on works (Form D ) Maximum 35 Marks 4. Personnel and Establishment (Form E and E-1 ) Maximum 10 Marks 5. In-house Facilities / Infrastructure of the Firm (Form F ) Maximum 5 Marks Total 100 Marks

7 Page 7 of To qualify, the applicant must secure at least 50% (Fifty percent) marks in each one of the above criteria and 60% (Sixty percent) marks in aggregate 9.5. The KAMARAJAR PORT LIMITED reserves the right to restrict the list of eligible contractors to any number deemed suitable Even though an applicant may satisfy the specified criteria, he would be liable to disqualification if he/she has: 1. Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the application for eligibility. 2. Record of poor performance such as, slow progress of work, abandoning of work, not properly completing the contract, or technical / financial failures/ weaknesses etc. 9.7 The employer reserves the right to accept or reject any application and to annul the qualification process / tender process and reject all applications at any time without assigning any reason or incurring any liability to the applicants INFORMATION AND INSTRUCTIONS TO APPLICANTS Definitions: The following words and expressions have their meaning here by assigned to them. 1. EMPLOYER means Kamarajar Port Limited, Chennai 120, acting through the Deputy General Manager (Civil). 2. APPLICANT means individuals, proprietary firms, firm in partnership, limited company private and Public Corporation. 3. Engineer-in-charge means KPL s representative Information and Instructions 1. The applicant is advised to visit the site of work at his own cost and examine it and its surroundings and collect all information that he considers necessary for proper assessment of prospective assignment. 2. The application should be type-written. The applicant should sign in each page of the application. Overwriting should be avoided. Correction, if any, shall be made by neatly crossing out, initialling, dating and rewriting. 3. All information called for in the enclosed forms should be furnished against the respective columns in the forms. If information is furnished in a separate document, reference to the same should be given against respective columns. Such separate documents shall be chronologically placed at the end of the prescribed application. If information is nil it should also be mentioned as nil or no such case. If any particulars/query is not applicable in case of the applicant, it should be stated as not applicable. 4. The applicants are cautioned that not giving complete information called for in the application forms required, not giving it in clear terms or making change in the prescribed forms or deliberately suppressing the information may result in the applicant being summarily disqualified.

8 5. The applicant may furnish any additional information, which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. However the applicants are also advised not to attach superfluous/ additional information beyond the requirements of the Bid. No information will be entertained after the application is submitted, unless it is called for by the Institute. 6. Applications made by Fax and those received late after the prescribed date and time will not be considered. 7. Clarifications, if any, or any additional information needed may be requested for in the Pre bid meeting. The clarifications given and additional information furnished by KPL during pre-bid meeting will form part of the contract. 8. Documents submitted in connection with the tender will be treated as confidential and will not be returned Authority to sign the application: 1 If an individual makes the application, it shall be signed by him above his full type-written name and current address. 2. If a proprietary firm makes the application, it shall be signed by the proprietor (with seal) above his full typewritten name & the full name of his firm with its current address. 3. If the application is made by a firm in partnership, it shall be signed (with seal)by all the partners of the firm above their full typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed along with current addresses of all the partners of the firm shall also accompany the application. 4. If a limited company or a corporation makes the application, it shall be signed by a duly authorized person holding power of attorney for signing the application, in which case a certified copy of the power of attorney shall accompany the application. Such limited company or corporation may be required to furnish satisfactory evidence of its existence. The applicant shall also furnish a copy of the Memorandum of Articles of association duly attested by a Public notary Clarification on tender document, A prospective Tenderer requiring any clarification on the Tender Document may notify KPL at Chennai. The KPL will respond to any request for clarification, which he receives earlier than 8 days prior to the deadline for submission of Tenders Pre-bid meeting. 1. The bidder or his official representative is invited to attend a pre bid meeting which will take place at Port Administrative Office, Vallur Post, Chennai-120 at hrs on Page 8 of 32

9 Page 9 of The purpose of the meeting is to clarify issues and answer the questions on any matter that may be raised at that stage. 3. The bidder is requested to submit any questions in writing or by fax to reach the Employer before the meeting. 4. Any modification of the bidding documents listed in the Sub-Clause which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum / Corrigendum and not through the minutes of pre-bid meeting Amendment to tender documents Before the deadline for submission of tenders, the tender document may be modified by issue of addenda which shall be part of the Tender Documents Instructions for filling up the forms A, B, C, D, E & E1 1. Financial Information The applicant should furnish the Annual financial statement for the last 5 years in form A 2. Information about works the 1. List of all works of similar class successfully completed during last the 5 years in Form B 2. List of projects under execution or awarded in Form C 3. Particulars of completed works and performance of applicant shall be duly authenticated / certified by an officer not below the rank of Executive Engineer in case of Government works or the Project Manager or an equivalent officer in case of non-governmental works separately for each work in Form D. TDS Certificate should be enclosed in case the work was executed for private firms. 3. Information about the organisation Applicant is required to submit the following information in respect of his organization in form E and E1 1. Name and postal address including telephone and fax nos. etc. Copies of original documents defining the legal status, place of registration and principal places of business. 2. Names and titles of Directors and officers to be concerned with the work, with designation of individuals authorized to act for the organization. 3. Information on any litigation / arbitration in which the applicant was involved during the last five years including any current litigation / arbitration in process. 4. Authorization for employer to seek detailed references from clients to whom works were carried out. 5. Number of technical and administrative employees in parent company, subsidiary company and how these would be involved in this work Form E 1 4. In-house Facilities & Infrastructure of the firm Applicant should furnish the list of In-house Facilities & Infrastructure of the firm likely to be used for carrying out the work (in form F). Details of any other facilities not mentioned in

10 Page 10 of 32 form F but available with the applicant and likely to be used in this work may also be indicated 5. Letter of Transmittal The applicant should submit the letter of transmittal as per the format attached.

11 NAME OF WORK: PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR THE WORK OF CONSTRUCTION OF ADMINISTRATIVE OFFICE BUILDING (ANNEXE) AT KAMARAJAR PORT (GROUND + 6 FLOORS) 1.0 Project Details S.No Description Scope of work 1. No of block 1 No 2 Footprint of the block The footprint has to be planned taking into account the actual site constraints including existing trees, campus ecological constrains, service lines, roads and drains etc. 3 Plinth area 3000 Sqm 4 No of floor to be considered G + 6 floors 5 Ground to seven floor Office accommodation 6 Terrace floor Lift machine room, Staircase head room, water tank etc. 7 Special services Mechanical, Electrical, plumbing and other services as required. The actual layout of the building has to be planned taking into account the actual site constraints including existing trees, campus ecological constrains, service lines, roads and drains etc. The proposed site locations are shown i n Appendix I. 1.0 Scope of consultancy services 1.1 Architectural services The scope of consultancy services comprises the following main three components. I. The preparation of design, drawing, detailed project cost estimate and bill of quantities for the construction of G+ 6 floors (7000 sq.m) building adopting CPWD schedule of rates, wherever applicable. For items of work not available in CPWD schedule market rates may be adopted and detailed rate analysis is to be made available for such items with necessary supporting quotations obtained from the market.boq shall be prepared based on market rates. II. Preparation of tender documents like NIT, BOQ documents etc., for call of tenders for the execution of the construction of G+2 floors (3000Aqm), the BOQs shall be prepared under the following sub heads so that tenders can be called for works in these sub-heads if necessary. a. Civil and internal electrical works. b. Carpentry c. Air-conditioning d. Interior decoration e. Ventilation f. Audio system Page 11 of 32

12 Page 12 of 32 g. Video conference h. Fire fighting i. LT electrical distribution j. Lifts k. External developments like drainage,landscape,roads and paths, electrical sub-station etc., III. Call of Tenders, selecting the L1 offerer, award of work and execution of the work. 1. Invite tender in e-procurement mode in two cover system. 2. Tender opening, evaluating and award of work. 3. Issue of auto cad drawings detailing Plan, Section, elevation, reinforcement schedule. 4. Preparation of Bar bending schedule, Approval of the Bar bending schedule submitted by the contractor. 5. Working drawings and any other relevant drawing required for the construction. 6. Supervision during the course of construction to ensure the quality of materials and workmanship. III The scope of consultancy covers the following activities. 1. Conduct site survey and soil investigation. 2. Conceptual Drawings (Floor plans, roof plan, elevation, 3D views and sections) of the proposed building along with a report on the salient features of the design. 3. Scale model or 3D view of the proposed building in colour printout (A3 size). 4. Preliminary cost estimate of the proposed building, generally as per Plinth Area Rates of Central Public Works Department (CPWD) with prevailing cost index for the building portion and market rate for specialized services. 5. Preparation of preliminary drawings and obtaining approval of KPL and if needed from Local bodies. The actual charges to be paid to the local authority will be reimbursed by KPL 6. All drawings shall be prepared in Auto CAD including Building information BI modeling (BIM) using Revit software (Architectural / structural / Mechanical, Electrical and Plumbing) and the soft copies should be submitted to KPL for approval. The drawings and BIM shall be submitted in editable format and not in PDF form. 7. It may be specifically noted that all Good for construction drawings and details including MEP, finishes and services connected with the project should be made available at the time of call of tenders for fixing the agency for executing the work. Detailed Good for construction structural drawings should be submitted with clarity on detailing of joints of structural elements including bar bending schedule. 8. 3D presentation 9. Preparation of Design basis report for the structure as well as Mechanical, Electrical, Plumbing services in the building and finalizing the designs in consultation with KPL. 10. Preparation of detailed Architectural drawings for approval of KPL.

13 Page 13 of Preparation of detailed structural analysis and design using computer programs like STAAD / SAP etc and preparation of detailed structural drawings in AutoCAD, duly Proof checked from a reputed Educational Institutions/Research Institutions/Government Department engaged in building construction works with prior approval of the Kamarajar Port Limited 12. Assist KPL in preparation of justification of tenders based on the prevailing market rates. 13. No changes shall be made in the various drawings during the course of execution unless specifically desired, in writing, by KPL. 14. Green Building concept in line with GRIHA (Green Rating for Integrated Habitat assessment) rating system shall be incorporated in the design and it will be the responsibility of the Architect to obtain GRIHA 4 rating for the building. The fees for registration for GRIHA will be paid by KPL. 15. Preparation and submission of as built drawings for the building and MEP services. 16. Any other details not mentioned above but required for satisfactory completion of the Project. 1.2 FOR LANDSCAPE ARCHITECTURE CONSULTANCY SERVICES The service shall include: (i) Site appraisal and suitability. (ii) Site planning (iii) Landform and grading (iv) Surface drainage design and water management (v) Irrigation design (vi) Open space design hard and soft areas (vii) Planting design (viii) Landscape structure and features (ix) Garden furniture design (x) Illumination design (xi) Graphic design and signage (xii) Co-ordination of external services (xiii) Periodical inspection data evaluation of works at site. 1.3 FOR INTERIOR DESING CONSULTANCY SERVICES The following services in respect of the following shall be provided: (i) Interior design - space planning / development & volumetric study. (ii) Design of fixed item of work, loose furniture & interior related civil works. (iii) Illumination design (iv) Sound and acoustic design (v) Graphic design and signage (vi) Indoor plant cape (vii) Selection of materials, equipment and other interior related elements.

14 Page 14 of 32 (viii) Integration of all Engineering services (ix) Periodic inspection and evaluation of works at site. 2. SCHEDULE OF SERVICES: The following services are to be rendered: 2.1 ARCHITECTURE i. Taking clients instructions and preparation of design brief ii. Site evaluation, analysis and impact of existing and / or proposed development on its immediate environs iii. Design and site development iv. Structural design v. Sanitary, plumbing, drainage water supply and sewerage design vi. Electrical, Electronic, communication systems and design. vii. Heating, ventilation and air conditioning design (HVAC) and other mechanical systems. viii. Elevators, escalators etc. ix. Fire detection, fire protection and security systems etc. x. Periodic inspection and evaluation of construction work. 2.2 SITE DEVELOPMENT 2.3 ALLLIED FIEDLS i. Landscape Architecture ii. Interior Architecture 3.0 CONCEPT DESING (STAGE 1) i. Ascertain client s requirement, examine site conditions and potential and prepare a design brief for client s approval. ii. Prepare drawings and documents to enable the client to get done the detailed survey and soil investigation at the site of the project. iii. Prepare conceptual designs with reference to the requirements given and prepare rough estimate of cost on area basis. 3.1 PRELIMINARY DESING AND DRAWINGS (STAGE 2) Modify the conceptual designs incorporating the required changes and prepare the preliminary drawing, sketches, study models etc for the clients approval along with preliminary estimate of cost on area basis.

15 Page 15 of DRAWINGS FOR CLIENT S / STATUTORY APPROVALS (STAGE 3) Prepare drawings necessary for Client s / Statutory approvals and ensure compliance with codes, standards and legislation as applicable and assist the client in obtaining the statutory approval thereof if required. 3.3 WORKING DRAWINGS AND TENDER DOCUMENTS (STAGE 4) Prepare working drawings, specifications and schedule of quantities sufficient to prepare estimate of cost and tender documents including code of practice covering aspects like mode of measurements, method of payments, quality control procedures, materials and works and other conditions of contract. 3.4 APPPOINTMENT OF CONTRACTORS (STAGE 5) Invite receive and analyse tenders, advice client on appointment of contractors. 3.5 CONSTRUCTION (STAGE 6) i. Prepare and issue working drawings and details for proper execution of work during construction ii. Approve samples of various elements and components. iii. Check and approve shop drawings submitted by the contractor / vendors. iv. Visit the site work at intervals mutually agreed upon to inspect and evaluate the construction works and where necessary clarify any decision offer interpretation of the drawings / specifications, attend conferences and meetings to ensure that the project proceeds generally in accordance with the conditions of contract and keep the client informed and rendered advice on actions, if required. v. In order to ensure that the work at site proceeds in accordance with the contract document / drawings and to exercise time and quality controls, the day-to-day supervision will be carried out by a construction manager (clerk of works / site supervisor or construction management agency in case of a large and complex project who shall work under the guidance and direction of the Architect and shall be appointed and paid by the client. vi. Issue certificate of virtual completion of works. 3.6 COMPLETION (STAGE7) Prepare and submit completion reports and drawings for the project as required and assist the client in obtaining completion/occupancy certificate from statutory authorities, wherever required.

16 4. PROFESSIONAL FEE A lump sum amount may be quoted to carry out the assignments detailed in the scope of work. The fee includes any tax levied by law such as service tax,etc., contingent to provisional services rendered,over and above the gross fees charged in relation to the services provided. 5.0 SCHEDULE OF PAYMENT The professional fee shall be paid in the following stages consistent with the work done plus other charges and reimbursable expenses as agreed upon: Retainer On appointment /signing of agreement /Acceptance of offer Stage1 On submitting conceptual designs and rough estimate of cost. Stage 2 On submitting the required preliminary scheme for the client s approval along with the preliminary estimate of cost. Stage 3 (i)on incorporating Clients suggestions and submitting drawings for approval from the client/statutory authorities, if required. (ii) upon Clients /statutory approval necessary for commencement of construction, wherever applicable. Stage 4 Upon preparation of working drawings, specifications and schedule of quantities sufficient to prepare estimate of Cost and preparation of tender documents. Stage 5 On inviting, receiving and analyzing tenders; advising Client on appointment of contractors. Stage 6 a. On submitting working drawings and details required for commencement of work at site (i) On completion of 20% of the work. (ii) On completion of the 40 % of the work (iii) On completion of 60 % of the 5% of the total fees payable adjustable at the last stage. 10% of the total fees payable. 20% of the total fees payable less payment already made at stage % of the total fees payable less payment already made at stages 1 and 2 40% of the total fees payable less payment already made at stages 1 to 3 (i) 55% of the total fees payable less payment of already made at stages 1 to 3 (i) 60% of the total fees payable less payment already made at stages 1to 4 65 % of the total fees payable less payment already made at stages 1 to 5 70 % of the total fees payable less [payment already made at stages 1 to 6 (a) 75 % odf the total fees payable less payment already made at stages 1 to 6a (i) 80 % of the total fees payable less payment Page 16 of 32

17 Page 17 of 32 (iv) (v) work. On completion of 80 % of the work. On virtual completion Stage 7 On submitting completion report and drawings for issuance of completion / occupancy certificate by statutory authorities, wherever required and on issue of as build drawings. already made at stages 1 to 6a (ii) 85% of the total fees payable less payment already made at stages 1 to 6a (iii) 90% of the total fees payable less payment already made at stages 1 to 6a(iv). 100% of the total fees payable less payment already made at stages and retainer. 6.0 EFFECTING PAYMENT TO THE ARCHITECT 6.1 Progressive on account, payment shall be made by the client against any of the above stages based on the quantum of work done during that stage. 7.0 CLIENTS ROLE AND RESPONSIBILITITES The client shall provide the following: i. Detailed requirement of the project ii. Property lease / ownership document. iii. Site plan to a suitable scale, showing boundaries. 8.0 EXECUTION OF THE ASSIGNMENT i. The client has to be kept inform about the progress of the work. ii. The architect shall be responsible for the consultant work. The consultant however shall be fully responsible for the calculation, the detailed design and periodic inspection of the work. The architect shall make available the design calculation. iii. The time schedule (Bar chart / PERT / CPM Network) prepared by the contractor has to be submitted. iv. 6 (Six) set of drawings at different stages has to be submitted. v. General superintendence and inspections to ensure that works are being executed in accordance with the contract. vi. Any revision in the approved drawings, tenders and documents required by the client are to be made. In consultation with the client a time schedule will be prepared in respect of various services to be rendered and discharged. 3. Deliverables 1. Conceptual drawings. 2. Preliminary drawings for approval of KPL.

18 Page 18 of Design Basis report for Structural design and all MEP services in the building. 4. Detailed drawings for the structure and MEP services. 5. Detailed estimate for the building and MEP services. 6. Tender documents for the building and MEP services. 7. The Architectural Consultant to whom the work is awarded shall submit TWENTY FIVE (25) copies along with soft copy each of all finally approved Good for construction drawings at the time of call of tenders for fixing the agency for execution of work. If more copies of drawings are required, the Architect will arrange to supply them, on written request, at an extra cost Rs.100/- for A0/A1 sheets and Rs.50/- for A2/A3 sheets. 8. A 3D model of the approved building design with walk through should be submitted by the Architect for which no additional payment shall be made. 9. Preparation and submission GRIHA related documents, drawings, energy simulation reports, and compliance report for satisfying GRIHA 4 rating and obtaining certificate from ADaRSH (Association for Development and Research of sustainable habitats). The fees for registration for GRIHA will be paid by KPL. 10. Building Information Model (BIM) representing the geometric, visual and material details of the Architectural elements with BIM software compatible with AutoCAD such as Refit Architecture / Structure / MEP shall be prepared. The model shall incorporate interior as well as exterior Architectural details of the building for visualization with finishing and joinery details in true texture and colours as far as possible. In addition, the Architectural model may be used to generate sections, elevation, plan views as well as the bill of materials. The components of the Architectural model should be designed in such a manner that it will be possible to link the components to the construction schedule and visualize the sequence & schedule of construction, working drawings and as-built drawings. 11. Five sets of As built drawings for the building and all MEP services with soft copy. 12. Five sets of commissioning reports and operation Manuals for all MEP services. 4.0 Additional conditions 1. The planning work shall not be sublet without written permission of the KPL nor shall transfer be made to power of Attorney authorizing others to receive payment. 2. The Architect whose bid is accepted shall comply with the provisions of all Acts, Statutes, Rules, Regulations etc. of the Central and State Government/ Local body and applicable codes as the case may be and as may be applicable in this case and if necessary get himself duly registered as required by the said Acts, Statues, Rules, Regulations etc. 3. The quoted rate shall be inclusive of all taxes and levies but excluding service tax which will be reimbursed on submission of documentary evidence in original for the service tax actually paid. No extra cost will be paid other than the quoted rates..

19 Page 19 of The Consultant shall design the building in accordance with good Engineering Practice incorporating functional and efficient Architectural and Engineering design conforming to the Indian Standard codes of practices and specifications, energy saving measures etc. 5. The Consultant should furnish all the required information such as detailed estimate, Good for construction Architectural drawings, structural drawings etc. of the project before tenders are invited and not in stages, during the progress of the work. 6. The amount quoted shall be all inclusive and nothing extra towards travel and stay or any other claim is payable.

20 5.0 Time Schedule. In consultation with the client a time schedule will be prepared in respect of various services to be rendered and discharged. The Architectural services shall be rendered in three stages. Stage 1. Stage 2. Stage 3. Up to the Architectural drawings, models / 3D etc. Up to the submission of tender documents including structural drawings and detailed Good for construction drawings for the building and MEP services. From the tendering stage to submission of As Built drawings. Time schedule for submission of various details in Stage 1. S.No Cumulative weeks Activities to be completed after acceptance of offer 1 2 Preliminary Drawings /presentation and obtaining approval from KPL 2 4 Detailed Architectural drawings and model / 3D for approval of KPL 3 6 Detailed structural analysis and structural drawings Bill of quantities including take off sheets and rate analysis for all market rate items. Proof checking of structural design Detailed estimates, BOQ and drawings for MEP & HVAC (Heating ventilation and Air conditioning) services, 4 8 Tender document with Good for construction drawing s for the building Tender document with Good for communications drawing for MEP services, Total Time for completion of Phase I = 8 weeks 6.0 Payment Schedule a. On submission and approval of Preliminary Architectural Drawings. b. On submission of Detailed Architectural Drawings and models / 3D. c On approval of Details Architectural Drawings d Submission of detailed services drawings including design calculations wherever needed an approval to the same e Submission of detailed Estimate, take off sheets, rate analysis and bid documents etc for invitation of tender for building work and services an approval to the same f Submission of detailed structural analysis, design and structural drawings, proof 10% of the amount quoted 25% of the amount quoted minus payment already made 30% of the amount quoted minus payment already made 50% of the amount quoted minus payment already made 60% of the amount quoted minus payment already made 70% of the amount quoted minus payment already made

21 checking and BIM g Award of construction contract 80% of the amount quoted minus payment already made h Atfer 50% completion of construction work (Financial Progress) 90% of the amount quoted minus payment already made i After completion of all construction works 95% of the amount quoted minus j including services. After issue of AS BUILT drawings and in editable electronic format and submission of GRIHA certificate obtained. 7.0 Compensation for delay. payment already made 100% of the amount quoted minus payment already made Compensation at the rate of 0.5% of the quoted amount per week shall be recovered for delay in completing stage 1 activities as mentioned in Para 10, subject to a maximum of 10% of the quoted amount. Any justified delay on the part of the Architect and delay in issue of approval by KPL will be taken into account while deciding the compensation. The decision of the Engineer in charge in deciding the compensation will be final and binding on the Architect. 8.0 Termination of Agreement. The Agreement may be terminated at any time by either party by giving a written notice of one month to the other. In the event of the termination of the agreement by KPL, the Architect shall not be entitled to any compensation or damages by reason of such termination but only to the fees for the services actually rendered. In the event of termination of contract by the Architect no further payment other than that has /have already been made shall be paid. 9.0 Transfer of interest. So long as the Agreement subsists, neither the Employer nor the Architect shall assign, sublet or transfer their interest in this Agreement, without the written consent of the other.

22 Appendix 1 Site Location Drawing

23 Note: The site may be inspected during office hours (09:45 Hrs to 16:45 Hrs) on all working days of the Port for verification of the actual site constraints like trees / existing structures etc. CAD drawing (*.dwg format) of the site location will be provided on specific request from the Architects.

24 1. LETTER OF TRANSMITTAL To Deputy General Manager (Civil) Kamarajar Port Limited, Chennai Sub: Sir, Providing Architectural Consultancy services for the work of Construction of Administrative Office building (annexe) at Kamarajar Port (Ground + 6 Floors) Having examined the details given in notice inviting qualification application and tender and the qualification documents for the above work, I/ We hereby submit the application for eligibility and the tender for the work duly filled in. 1. I / We here by certify that all the statement made and information supplied in the enclosed forms and accompanying statements are true and correct. 2. I / We have furnished all information and details necessary for deciding our eligibility to be qualified for taking part in the tendering process for the work.. We have no further information to supply. 3. I / We submit the requisite solvency certificate and authorize the DGM (Civil), KPL, Chennai to approach the bank concerned to confirm the correctness of the certificate. I / We also authorize the DGM (Civil) to approach individuals, firms and corporations to verify our competence and general reputation. 4. I / We submit the following certificates in support of our suitability, technical know how and capability for having successfully completed following works. #Name of work #Certificate from 5. I/We certify that that the tender documents downloaded and submitted is the exact rkplica of the document published by the KPL and no alterations and additions have been made by me / us in the tender document. 6. I am / We are aware that the Technical and Financial bid submitted by me/us will not be opened if I / We do not become eligible after evaluation of my/our application for eligibility. Seal of the Applicant Date of submission # should be filled by the Architect Signature(s) of the applicants

25 I Financial Analysis FINANCIAL INFORMATION FORM A Details to be furnished duly supported by figures in Balance Sheet / Profit and Loss Account for the last Three years duly certified by the Chartered Accountant, as submitted by the applicant to the Income-Tax Department (Copies to be attached). S.No Details Year ending 31 st March of Gross annual turnover in (From consultancy fees collected) II. Financial arrangement for carrying out the proposed work. III. Income Tax PAN details IV. Solvency certificate from Bankers of Applicant. SIGNATURE OF APPLICANT (S) Signature of Charted Accountant with seal This form must be filled and signed by the Charted Accountant

26 FORM B DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS ENDING BY 31 ST MARCH 2013.No Name of work/project & location Owner of sponsoring organisation Agreement No Scope of work* Cost of work in crores Date of commencement as per contract Stipulated date of completion Actual date of completion Litigation / Arbitration pending / In progress with details** Name and address / Tel No of officer to whom reference may be made Remarks * indicate Number of stories in super structure ** indicate gross amount claimed and amount awarded by the Arbitrator Signature of the Applicant (s) n case of work carried out for private persons / organizations copies TDS certificate along with copy of performance order and works order / greement should be enclosed. Private works without TDS certificates shall not be considered for valuation Page 26 of 32

27 Page 27 of 32 FORM- B1 ADDITIONAL INFORMATION FOR COMPLETED WORKS 1. Name of work 2. Location 3. Client s name and address along with contact person & contact No. 4. Consultants name and address. 5. Scope of work. a. Number of floors in Basement. b. Number of floors in Superstructure. c. Height of the building. d. Plinth area / Built up area. i. Basement. ii. Superstructure 6. Type of foundation. 7. Type of Superstructure. 8. Time taken for i. Foundation. ii. Superstructure. iii. Total Project. 9. Specialized service provided, with cost details, if available (If any, specialized services provided through associate s - Particulars of the Associate s ) i. Communication, LAN. ii. UPS. iii. Water proofing Treatment iv. Interior Design. v. Fire Detection and Fire Fighting. vi. Landscaping. vii. Any other. 10. Project Management organization structure. 11. Number of shift and its duration adopted in execution. 12. Systems adopted for timely completion of the project. SIGNATURE OF APPLICANT(S)

28 .No Name of work / Project & location Owner or sponsorin g organisati on Agreement No FORM C PROJECTS UNDER EXEUCTION OR AWARDED Cost of work Date of commencement as per contract Stipulated date of completion Up to date percentage progress of work Slow progress if any and reasons thereof Name and address/tel No of officer to whom reference may be made Remarks (indicate whether any show cause notice issued or Arbitration imitated during the progress of work) Signature of Applicant(s) Page 28 of 32

29 Page 29 of 32 FORM D PERFORMANCE REPORT FOR WORKS REFERRED TO IN FORM B & C 1. Name of the work / Project & Location. 2. Scope of work. a. Number of floors in Basement. b. Number of floors in Superstructure. 3. Agreement No. 4. Estimated Cost 5. Tendered Cost 6. Value of work done 7. Date of Start 8. Date of completion a. Stipulated date of completion. b. Actual date of completion. 9. Amount of compensation levied for delayed Completion if any. 10. Performance report based on Quality of Work, Time Management, and Resourcefulness : Very Good / Good / Fair DATE EXECUTIVE ENGINEER / PROJECT MANAGER OR EQUIVALENT

30 Page 30 of 32 STRUCTURE AND ORGANISATION FORM E 1. Name and address of the applicant 2. Telephone No./Fax No/ address. 3. Legal Status (attach copies of original document defining the legal status) (a) An Individual (b) A proprietary Firm (c) A Firm in partnership (d) A Limited Company or Corporation. 4. Particulars of registration with various Government bodies (Attach attested photo-copy) a) Registration Number. b) Organization / Place of registration 5. Names and Titles of Directors and officers with designation to be concerned with this work with Designation of individuals authorized to act for the organization. 6. Was the applicant ever required to suspend construction for a period of more than six months continuously after the construction was commenced? If so, give the name of the project and give reasons thereof. 7. Has the applicant or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give the name of the project and give reasons thereof. 8. Has the applicant or any constituent partner in case of partnership firm, ever been debarred / black listed for tendering in any organization at any time? If so, give details: 9. Has the applicant or any constituent partner in case of partnership firm, ever been convicted by a court of law? If so, give details. 10. In which field of Civil Engineering Construction, specialization and interest is? 11. Any other information considered necessary but not included above. SIGNATURE OF APPLICANT(S)

31 FORM E1 DETAIL OF KEY TECHNICAL AND ADMINISTRATIVE PERSONNEL EMPLOYEED BY THE FIRM / COMPANY S.No Designation Total Number Names Qualification Professional experience Length of continuous service with employer Note: Additional information about Technical personnel, if any, may be submitted on separate sheet Signature of Applicant (s) Page 31 of 32

32 FORM F DETAILS OF IN-HOUSE & INFRASTRUCTURE FACILITIES LIKELY TO BE USED IN CARRYING OUT THE WORK S.No In-house facility / Infrastructure Ownership status Leased / Outsourced Current location Remarks ertified that the Application for Eligibility as published on the web contains 18 Pages Deputy General Manager (Civil) Kamarajar Port Limited Page 32 of 32

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

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

Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014

Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014 RURAL ELECTRIFICATION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) Registered Office: Core-4, Scope Complex,7-Lodi Road, New Delhi-110003 Ph. 011-24363613, Fax. 0114309-1515 Ref. REC/Adm. (Estate)/2013-14/

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

(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

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

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

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

No.DNHPDA/TENDER/107(104)/2014 Dated: 11.12.2014 EXPRESS OF INTEREST

No.DNHPDA/TENDER/107(104)/2014 Dated: 11.12.2014 EXPRESS OF INTEREST Dadra and Nagar Haveli Planning and Development Authority 1 st Floor, Right Wing, New Collectorate Building, Amli, Silvassa- 396 230. 0260-2630147, email:dnhpda@gmail.com No.DNHPDA/TENDER/107(104)/2014

More information

Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three envelope system, mobilization advance, specialized works, etc.

Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three envelope system, mobilization advance, specialized works, etc. OFFICE MEMORANDUM No.DGW/MAN/160 ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS NIRMAN BHAWAN, NEW DELHI DATED:31.07.08 Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three

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

The English and Foreign Languages University, Tarnaka, Hyderabad 500007, Telangana State. www.efluniversity.ac.in

The English and Foreign Languages University, Tarnaka, Hyderabad 500007, Telangana State. www.efluniversity.ac.in Page 1 of 8 The English and Foreign Languages University, Tarnaka, Hyderabad 500007, Telangana State. www.efluniversity.ac.in Document for Appointment of Project Management Consultant for providing Architectural,

More information

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01) PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,

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

Limited and sealed bids are hereby invited on behalf of State Bank of India, Estate Department, GITC, CBD Belapur for appointment of Architect.

Limited and sealed bids are hereby invited on behalf of State Bank of India, Estate Department, GITC, CBD Belapur for appointment of Architect. Tender no: 01/2016/ NOTICE INVITING TENDER Limited and sealed bids are hereby invited on behalf of State Bank of India, Estate Department, GITC, CBD Belapur for appointment of Architect. Name of work Eligibility

More information

SANITARY SECTION IIT Kharagpur

SANITARY SECTION IIT Kharagpur SANITARY SECTION IIT Kharagpur Annexure - l No. : IIT/SAN/EE/TEN/2015-16/03 Date: 05/10/2015 NOTICE INVITING TENDER Last Date for submission of Tender on: - 13/11/2015 up-to 4:00 P.M. Pre-bid discussion

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

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

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

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

PQ Value No. Tender(Rs) (Rs.) NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE(Two Cover System) DT.30.01.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"

More information

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION

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

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

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building 1 BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building Contract No. BOZ/PC/PMS/30/2012 Source of Funds Bank of Zambia Bank of

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

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

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM NORTH A Grade NAAC-Reaccredited (3 rd Cycle) ÓŸÖ üß Öê ü¾öæ ÖÖ Ö µööêÿö NORTH MAHARASHTRA UNIVERSITY P.B.NO. 80,UMAVI NAGAR, JALGAON-425001 Telephone No- (0257) 2257239,240,241 Fax No.(0257) 2258406 Website

More information

AGREEMENT FOR THE PROVISION OF CONSULTANCY ENGINEERING SERVICES

AGREEMENT FOR THE PROVISION OF CONSULTANCY ENGINEERING SERVICES AGREEMENT FOR THE PROVISION OF CONSULTANCY ENGINEERING SERVICES This agreement is made and entered into, on day the. of, 1991 by and between: Mr/. of P.O. Box.. hereinafter refereed to as the "Owner" on

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

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

Expression of Interest Document for Coaching for IIT - JEE during 2015-16. Free Training Scheme for the Candidates Belonging To Scheduled Tribe

Expression of Interest Document for Coaching for IIT - JEE during 2015-16. Free Training Scheme for the Candidates Belonging To Scheduled Tribe TAMIL NADU ADI DRAVIDAR HOUSING AND DEVELOPMENTCORPORATION LIMITED (TAHDCO) No.31, 2 nd LANE, CENOTAPH ROAD, TEYNAMPET, CHENNAI 600 018. Expression of Interest Document for Coaching for IIT - JEE during

More information

भ रत य कप स नगम ल मट ड

भ रत य कप स नगम ल मट ड भ रत य कप स नगम ल मट ड THE COTTON CORPORATION OF INDIA LTD. (भ रत सरक र क उप म) (A Government of India Undertaking) कप स भवन, ल ट न. 3/ए, स टर-10, स.ब.ड. ब ल प र, नव म बई-400614 Kapas Bhavan, Plot No.3-A,

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

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of

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

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

TENDER NO. REA/2014-2015/NT/060

TENDER NO. REA/2014-2015/NT/060 REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES

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

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

Expression of Interest

Expression of Interest Expression of Interest UCO Bank, one of India s leading public sector banks, places its Expression of Interest for empanelment of advertising agencies, based in India for engaging their services in the

More information

EMPANELMENT OF CONTRACTORS

EMPANELMENT OF CONTRACTORS PARTICULARS OF THE FORM TO BE FURNISHED FOR THE PURPOSE OF EMPANELMENT OF CONTRACTORS CATEGORIES APPLIED FOR ( PLEASE TICK IN THE BOX) Tick i) For Civil work ii) For Interior work iii) For Electrical work

More information

Subject: PROJECT MANAGEMENT CONSULTANCY (PMC) FOR PROJECTS AT IIT MANDI (HP)

Subject: PROJECT MANAGEMENT CONSULTANCY (PMC) FOR PROJECTS AT IIT MANDI (HP) Subject: PROJECT MANAGEMENT CONSULTANCY (PMC) FOR PROJECTS AT IIT MANDI (HP) 1. Sealed Quotations in two Bid system are invited for Project Management Consultancy (PMC) for various project works of IIT

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

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१ भ रत सरक र /GOVERNM ENT OF INDIA आय क त क क य लय, क न द र य उत प द श ल क एव स व कर, OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप

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

TENDER NOTICE. Tender for Printing of Calendars - 2016 Wall Calendars, Desk Calendars & Date Calendars

TENDER NOTICE. Tender for Printing of Calendars - 2016 Wall Calendars, Desk Calendars & Date Calendars TENDER NOTICE Bank of India The General Manager, Publicity & Public Relations Dept., Head Office, Star House, C-5, G-Block, Bandra Kurla Complex, Bandra (East) Mumbai-400 051 Tender No. BOI/P&PR/GLB/15-16/CL-1

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

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

Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture

Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture IDBI Bank Ltd. proposes to carryout Modular Furniture Works for its new bank branches and offices, Renovation

More information

Standard Bidding Documents. Procurement of Works

Standard Bidding Documents. Procurement of Works Standard Bidding Documents Procurement of Works FIDIC This electronic document prepared by The World Bank is intended to fulfill the objectives of para. 2.12 of Guidelines: Procurement under IBRD Loans

More information

Expression of Interest for Empanelment Of Film Producer/ Film Production Agency

Expression of Interest for Empanelment Of Film Producer/ Film Production Agency Axom Sarba Siksha Abhiyan Mission Kahilipara, Guwahati -19 EOI No.SSA/CP/RTE-Campain-52/2011/PT/4923 Date : 08.10.2012 DOCUMENT Expression of Interest for Empanelment Of Film Producer/ Film Production

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

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 PREQUALIFICATION OF BIDDERS FOR PROVISION OF SOFTWARE SYSTEM SERVICES, WEBSITE MANAGEMENT AND MAINTENACE

More information

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP) Tribal Cooperative Marketing Development Federation of India Ltd.(TRIFED) (Ministry of Tribal affairs, Govt. of India), NCUI Building, 2 nd Floor, 3, Siri Institutional Area, August Kranti Marg, New Delhi-110016.

More information

Notice Inviting Tenders

Notice Inviting Tenders TENDERS INVITED FOR DESIGN, DEVELOPMENT, HOSTING AND MAINTENANCE OF WEBSITE FOR NATIONAL FILM ARCHIVE OF INDIA, MINISTRY OF INFORMATION AND BROADCASTING, LAW COLLEGE ROAD, PUNE- 411004 Notice Inviting

More information

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune.

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune. TENDER NO : 05/2014-15 SUB-REGIONAL OFFICE EMPLOYEES STATE INSURANCE CORPORATION PANCHDEEP BHAVAN, S.NO. 689/690. BIBWEWADI PUNE - 411 037. (ISO-9001:2008 Certificate Phone:020-2421-1138,-1139, Fax:020-24215153

More information

NOTICE FOR EMPANELMENT OF ADVERTISING AGENCIES

NOTICE FOR EMPANELMENT OF ADVERTISING AGENCIES Council for Advancement of People's Action and Rural Technology (CAPART) Zone-5A (Core-C), 2nd Floor, India Habitat Centre, Lodhi Road, New Delhi -110003 Phone: 011-2464 2393, 2464 2395 NOTICE FOR EMPANELMENT

More information

INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI

INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI Guwahati - 781 039, Assam Phone: (0361) 2582061, 2692771 Fax : (0361) 2692771 INVITATION FOR EXPRESSION OF INTEREST Reference no.iitg/engg/13/nit/34 Date: 04-12-2013

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

LIMITED TENDER ENQUIRY FOR RODENT CONTROL SERVICES IN AAAGH

LIMITED TENDER ENQUIRY FOR RODENT CONTROL SERVICES IN AAAGH GOVT OF NCT OF DELHI OFFICE OF THE MEDICAL SUPERINTENDENT ARUNA ASAF ALI GOVT HOSPITAL 5, RAJPUR ROAD, DELHI-110054 No. E-13013/1/2015/AAAGH/Misc-PestControl/ Dated: LIMITED TENDER ENQUIRY FOR RODENT CONTROL

More information

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE Sealed bids are hereby invited from reputed Contractors/Co-operative

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 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

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

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/2015-2016 LOT 2: A DIGITAL ADDRESSABLE FIRE DETECTION AND ALARM

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

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

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 No. 07/2015/CUHP/NIT Dated: 5 th May, 2015 NOTICE INVITING TENDER FOR HIRING OF BUILDING FOR GIRLS HOSTEL

Tender No. 07/2015/CUHP/NIT Dated: 5 th May, 2015 NOTICE INVITING TENDER FOR HIRING OF BUILDING FOR GIRLS HOSTEL ह म चल प रद श क न द र य व श व व व य व श लय व श (क न द र य व श व द य लय अध न यम 2009 क अ स थ व त) स ट ब क स.- 21, ममश ल, ज ल - क गड, ह म चल प रद श 176 215 Central University of Himachal Pradesh (Established

More information

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts) STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION

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

Bid Document (For making short film)

Bid Document (For making short film) UNION TERRITORY CHILD PROTECTION SOCIETY under the aegis DEPARTMENT OF SOCIAL WELFARE CHANDIGARH ADMINISTRATION, Near Vatika School, Sector- 19/B, Chandigarh Bid Document (For making short film) Union

More information

GOVERNMENT OF INDIA BHABHA ATOMIC RESEARCH CENTRE ARCH. & CIVIL ENGINEERING DIVISION I N D E X SECTION NOS. DESCRIPTION PAGE NOS.

GOVERNMENT OF INDIA BHABHA ATOMIC RESEARCH CENTRE ARCH. & CIVIL ENGINEERING DIVISION I N D E X SECTION NOS. DESCRIPTION PAGE NOS. I N D E X FOR SINGLE PART TENDER GOVERNMENT OF INDIA BHABHA ATOMIC RESEARCH CENTRE ARCH. & CIVIL ENGINEERING DIVISION TENDER FOR: TENDER NOTICE NO: I N D E X SECTION NOS. DESCRIPTION PAGE NOS. FROM TO

More information

DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES

DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES THE ANDHRA PRADESH DAIRY DEVELOPMENT CO-OPERATIVE FEDERATION (APDDCF) LIMITED, LALAPET, HYDERABAD DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES ANDHRA PRADESH DAIRY DEVELOPMENT

More information

SHORT TERM TENDER NOTICE

SHORT TERM TENDER NOTICE NIELIT Headquarters, New Delhi File No.1 (55)/2000 NIELIT/Vol-I Date: 01.04.2015 SHORT TERM TENDER NOTICE For AMC of Air Conditioners (ACs). 1. Competitive offers in sealed covers super scribed with the

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

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER 1. Item rate sealed limited tenders are invited for Comprehensive Annual Maintenance Contract of Security System and Automatic

More information

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA)

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) SHORT-TERM TENDER NOTICE Tender Ref. No.: 23 02-3 3 / 01-- BRDS invites

More information

Ministry of External Affairs Government of India External Publicity & Public Diplomacy Division PAV Section

Ministry of External Affairs Government of India External Publicity & Public Diplomacy Division PAV Section Ministry of External Affairs Government of India External Publicity & Public Diplomacy Division PAV Section Tender Notice For empanelling companies engaged in the field of Subtitling / Dubbing / Voice-over

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

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

STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006

STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006 1 P a g e STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006 APPLICATION FOR SALE OF SALVAGED STEEL & OTHER METAL SCRAP ON AS IS WHERE IS CONDITION AT STATE BANK OF INDIA, 84 RAJAJI SALAI, CHENNAI 600001

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

Eskom Holdings SOC Ltd s Standard Conditions of Tender

Eskom Holdings SOC Ltd s Standard Conditions of Tender 1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.

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

Limited Tender for Purchase of Vaccine Carriers and Ice Packs for Medical and Public Health Department

Limited Tender for Purchase of Vaccine Carriers and Ice Packs for Medical and Public Health Department Administration of Dadra & Nagar Haveli, U.T., Office of the Director Medical and Health Services, Tel No.(0260) 2642940, 2640615, 2630102 e-mail Id svbch.sil@gmail.com No. SHS/NHM/Proc. Of Vaccine carrier/icepack/2015-16/1002

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

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,

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

Tender for Ad film to promote Gujarat Tourism.

Tender for Ad film to promote Gujarat Tourism. TOURISM CORPORATION OF GUJARAT LIMITED Tender No: TCGL/Misc./ Tender Fee: Rs 5000/- acceptable through Demand Draft only payable to Tourism Corporation of Gujarat Ltd., Gandhinagar Name of Agency Tender

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 Notice No.: OIDC/07/DMN/BUS/Uniform/2014-2015/179 Dt. 02.07.2014. LIMITED TENDER NOTICE

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/2014-2015/179 Dt. 02.07.2014. LIMITED TENDER NOTICE OMNIBUS INDUSTRIAL DEVELOPMENT CORPORATION OF DAMAN & DIU AND DADRA and NAGAR HAVELI LTD. (A Govt. Undertaking) Corporate Office : Plot No.35, Somnath, Nani Daman - 396 210. Tel: (0260) 2241120, 2241112,

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

Wanted Plot at Bavla. Advertisement for purchase of plot at Bavla under Ahmedabad DO.

Wanted Plot at Bavla. Advertisement for purchase of plot at Bavla under Ahmedabad DO. Life Insurance Corporation of India Estate Deptt., 7th floor, Jeevan Prakash bldg., Tilak road, Ahmedabad- 380001. Tel.No. 25508832 Email-estate.ahmedabad@licindia.com. Wanted Plot at Bavla LIC of India

More information

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

TENDER FOR ANNUAL MAINTENANCE CONTRACT & CREATION OF WEBSITES OF O/o DIRECTORATE OF FILM FESTIVALS.

TENDER FOR ANNUAL MAINTENANCE CONTRACT & CREATION 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:-. 08. 06.2016 TENDER FOR ANNUAL MAINTENANCE

More information

Dy. General Manager (Information Technology)

Dy. General Manager (Information Technology) Kapas Bhavan, Plot No.3-A, Sector 10, CBD, Belapur, Navi Mumbai 400 614 Telephone No.27579217, Fax No. 27576030,27576069 Website :- www.cotcorp.gov.in, Ministry : www.ministryoftextiles.gov.in E-mail :-

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

INVITATION OF APPLICATON TO QUALIFY FOR THE WORK OF PLANNING AND DESIGN FOR REVISED MASTER PLAN & NEW

INVITATION OF APPLICATON TO QUALIFY FOR THE WORK OF PLANNING AND DESIGN FOR REVISED MASTER PLAN & NEW INVITATION OF APPLICATON TO QUALIFY FOR THE WORK OF PLANNING AND DESIGN FOR REVISED MASTER PLAN & NEW BUILDINGS FOR IITM RESEARCH PARK AT TARAMANI, CHENNAI NOTICE The Chief Operating Officer, on behalf

More information

For Empanelment of Registered Firms of Chartered Accountants for. conduct of Audit of Accounts and also Physical verification

For Empanelment of Registered Firms of Chartered Accountants for. conduct of Audit of Accounts and also Physical verification '... REQUEST FOR PROPOSAL (RFP) For Empanelment of Registered Firms of Chartered Accountants for conduct of Audit of Accounts and also Physical verification of Works executed by the Gram Panchayats of

More information