CORPBANK SECURITIES LIMITED (Wholly owned subsidiary of Corporation Bank) Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai

Size: px
Start display at page:

Download "CORPBANK SECURITIES LIMITED (Wholly owned subsidiary of Corporation Bank) Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai 400 023"

Transcription

1 CORPBANK SECURITIES LIMITED (Wholly owned subsidiary of Corporation Bank) Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai TENDER DOCUMENT Tender Reference Number: 1/ Date: FOR SUPPLY OF BACK OFFICE SOFTWARE, WEB PORTAL DEVELOPMENT, STP SERVICES and VOICE RECORDING FACILITY ALONG WITH IVR & CALL CENTER FOR STOCK BROKING BUSINESS (INSTITUTIONAL) AT CORPBANK SECURITIES LTD (CBSL) AT MUMBAI From: The Company Secretary CorpBank Securities Limited Veena Chambers, Mezzanine Floor 21, Dalal Street, Fort, Mumbai Price of Tender Document : Rs.1,000/- (Rupees One thousand only)(not refundable) Earnest Money Deposit (for Back office): Rs.30,000/- (Rupees Thirty Thousand only) Earnest Money Deposit (for all others): Rs.15,000/- (Rupees Fifteen Thousand only) Parent Bank s Website: Page 1 of 52

2 Table of contents 1. INVITATION FOR BIDS SCHEDULE OF BID COLLECTION AND SUBMISSION OTHER DETAILS RELATED TO BIDDING PRE BID MEETING EARNEST MONEY DEPOSIT TENDER COST TERMS OF EXCEUTION OF WORK: TERMS & CONDITIONS: LOCATION: TERMS OF PAYMENT: CANCELLATION OF CONTRACT AND COMPENSATION: ERASURES OR ALTERATIONS: APPLICABLE LAW AND JURISDICTION OF COURT: AMENDMENT OF TENDER DOCUMENT INSTRUCTIONS TO BIDDERS TWO BID SYSTEM OFFER ENVELOPE- I (Main Envelope): ENVELOPE- II (Technical Offer): ENVELOPE- III (Commercial Offer): SCHEDULE OF SOFTWARE REQUIREMENT SPECIFICATIONS (SRS) ELIGIBILITY CRITERIA TERMS & CONDITIONS PROPOSAL OWNERSHIP ADDRESS FOR COMMUNICATION MODIFICATION AND WITHDRAWAL OF OFFERS OPENING OF TECHNICAL OFFERS BY CORPBANK SECURITIES LIMITED PRELIMINARY SCRUTINY CLARIFICATION OF OFFERS NO COMMITMENT TO ACCEPT LOWEST OR ANY OFFER DOCUMENTATION SUBMISSION OF TECHNICAL DETAILS FORMAT FOR TECHNICAL OFFER FORMAT FOR COMMERCIAL OFFER ALTERNATIVE OFFERS COSTS & CURRENCY FIXED PRICE PRICE COMPARISON NO NEGOTIATION SHORT LISTING OF BIDDERS ISSUE OF PURCHASE ORDERS LIABILITIES OF CORPBANK SECURITIES LIMITED PROPOSAL PROCESS MANAGEMENT DOWNLOADING OF TENDER DOCUMENT FROM WEBSITE ANNEXURE A - TERMS & CONDITIONS Technical Inspection and Performance Evaluation Payment Pricing & Payments Delivery & Installation Completeness of Installation Order Cancellation Software Manuals Warranty Annual Maintenance Charges (AMC) Penalties Product Failure Indemnity Publicity Interface to Office Automation Software Guarantees Page 2 of 52

3 16. Assurance Service Level Agreement: Confidentiality & Non-Disclosure Force Majeure Resolution of Disputes ANNEXURE B- UNDERTAKING FROM THE BIDDER ON THE COMPANY S LETTER HEAD ANNEXURE C - DETAILS OF ELIGIBILITY CRITERIA ANNEXURE D - TENDER OFFER COVERING LETTER ANNEXURE E - TERMS & CONDITIONS COMPLIANCE TABLE ANNEXURE F - DETAILS OF THE BIDDER ANNEXURE G - DETAILS OF TRACK RECORD ANNEXURE H - DETAILS OF SERVICE CENTRES ANNEXURE I (a) - SPECIFICATIONS FOR BACKOFFICE SOFTWARE ANNEXURE I (b) - SPECIFICATIONS FOR WEB PORTAL DEVELOPMENT ANNEXURE I (c) - SPECIFICATIONS FOR WEB VOICE RECORDING, CALL CENTRE AND IVR ANNEXURE I (d) - SPECIFICATIONS FOR STP ANNEXURE J - COVERING LETTER (TECHNICAL BID) ANNEXURE K - BILL OF MATERIALS AND PRICE SCHEDULE (TECHNICAL OFFER) ANNEXURE L - COVERING LETTER (COMMERICAL BID) ANNEXURE M - BILL OF MATERIALS AND PRICE SCHEDULE (COMMERCIAL OFFER) ANNEXURE N - EARNEST MONEY DEPOSIT (EMD) BANK GUARANTEE ANNEXURE O - PERFORMANCE BANK GUARANTEE ANNEXURE P - LETTER OF UNDERTAKING OF AUTHENTICITY ANNEXURE Q - EVALUATION MATRIX Page 3 of 52

4 1. INVITATION FOR BIDS Corp Bank Securities (herein after referred to as CBSL) intends to procure BACK OFFICE SOFTWARE, WEB PORTAL DEVELOPMENT, STP SERVICES and VOICE RECORDING FACILITY ALONG WITH IVR & CALL CENTER for setting up equity broking business- INSTITUTIONAL. The Company is inviting Vendors/Suppliers to offer quotations separately for each of the above items for its location at Mumbai. The details are given below: 1.1. The Company invites sealed bids (Technical bid and Commercial bid) from eligible corporate entities (Public or Private Ltd Companies) for procuring the above mentioned applications for the purpose of setting up Stock Broking business-institutional by the Company The purpose of this document is to invite techno-commercial bids from the applicants as per the specifications outlined in the Annexure I of this document SCHEDULE OF BID COLLECTION AND SUBMISSION Activity Date Date of commencement of issue of TENDERs Last Date for submitting pre-bid queries by Pre-bid Meeting at Mumbai at 11 AM Last date for uploading replies to pre- bid queries on website Last Date for receipts of bids till 5 P M Date and time of opening technical bids at 11 AM TENDER evaluation Announcement of the final selection of technical Opening of Commercial Bid Announcement of final selection of bidder at 11 AM Address for Communication Sr. Vice President Corp Bank Securities Limited Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai Contact Numbers / / Note: Any change in the above schedule will be published on our parent bank s website Page 4 of 52

5 1.4. OTHER DETAILS RELATED TO BIDDING Earnest Money Deposit( for Back office ): Earnest Money Deposit( for all others): Rs.30,000/- (Rupees Fifty Thousand only) Rs.15,000/- (Rupees Fifty Thousand only) Tender Fee Rs 1,000/- Address for pre-bid meeting and opening of bids Contact telephone numbers id: CorpBank Securities Ltd., Veena Chambers (Mezzanine Floor) 21, Dalal Street, Fort, MUMBAI OR Corporation Bank, First Floor, Mittal Chambers, Nariman Point, MUMBAI / corpsecu@corpbank.co.in 1.5. PRE BID MEETING Bidders can send their queries only through to the above mentioned -id by The Company would clarify the queries sent by bidders in the pre-bid meeting. Bidders can depute one person as their representative for the pre-bid meeting. The representative has to submit an authority letter duly signed by the bidder, authorizing him to represent and attend pre-bid meeting on behalf of the bidder. Such clarifications will be also uploaded in the website of Parent Bank EARNEST MONEY DEPOSIT Bidders are required to give EMD by way of a Demand Draft favoring CorpBank Securities Limited or a Bank Guarantee valid for 90 days from the date of opening the commercial bids for Rs.30, (Rupees Thirty Five thousand only) in case of Back Office Software and Rs.15, (Rupees Fifteen Thousand only) in case of other requirements as Earnest money Deposit (EMD) along with their Offer. No interest shall be payable on the EMD. Offers made without EMD will be rejected. Separate offers shall be submitted for each items mentioned in the tender. For each alternative Offer, a separate EMD must be submitted. The format for the Bank Guarantee is attached to the tender document (Annexure N) TENDER COST Tender Cost of Rs.1, (Rupees One Thousand Only) should be by way of demand draft favoring CorpBank Securities ltd. Offers made without tender cost will be rejected. For each alternative Offer, a separate tender cost must be submitted. Page 5 of 52

6 The Bidders are requested to verify the website during the currency of the tender for any modification / corrigendum before and after submission of the tender PERFORMANCE GUARANTEE Selected Vendor will be required to furnish a Performance Bank guarantee of 10% of the tender amount for the successful completion of the assignment, as per the format provided by and acceptable to CorpBank Securities Ltd. This guarantee will be available through the period of period or one year whichever is later. The format of the Performance guarantee is given in Annexure O. 2. TERMS OF EXCEUTION OF WORK: 2.1. T h e bidders must provide professional, objective and impartial advice at all times and hold the Company s interest paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests Bids will be opened in the presence of the bidder s authorized representative who chooses to attend the opening of tender on the above specified date, time and place Technical specifications, terms and conditions and various formats and pro- forma for submitting the bid offer are described in this bid document and Annexures The clarifications/interpretations given by the Company will be final Time being the essence of this Tender, the bidder is expected to swiftly supply the items to the Company so that Company can start stock broking business - INSTITUTIONAL The items shall b e s upplied within a p eriod o f 15 days from the date of our purchase order. The training of staff shall be completed as specified in the Tender document. Training period will start at the instance of the Company. However, the Company, at its option may extend the timeframe, depending on its requirements. Any new guidelines given by the regulator/s with regard to stock broking will automatically form a part of this Tender/Bid If the bidder fails to complete the assignment as per the time frame prescribed in the Tender, and within the extensions if any allowed, it will be a breach of contract. The Company reserves its right to cancel the order in the event of delay and invoke the Bank Guarantee. 3. TERMS & CONDITIONS: 3.1. Terms and conditions for bidders who participate in the bid are specified in the document and in Annexures to the document. These terms and conditions will be binding on all the bidders and will also form a part of the Product/ Service Level agreement automatically, to be awarded to the successful bidder on the outcome of the bid process Non transferable bid: This bid document is not transferable. Only the bidder is entitled to quote and to execute the job, if allotted. There will not be any type of outsourcing The bidder should also submit an undertaking to the effect that he has not made any modification in the original copy of TENDER and his bid would be liable for rejection for any violation of the above. Bidder has to give a declaration to this Page 6 of 52

7 effect Offer validity period and pricing: The offer should hold good for a period of 90 days from the date of opening of commercial bids The best and firm price should only be quoted. Escalation in price quoted is not permitted for any reason whatsoever. Prices quoted must be firm till complete execution of contract The Company reserves the right to accept or reject in part or full any or all the proposals without assigning any reasons thereof and without incurring any liability to the bidders or any other party The Company also reserves the right to cancel the bid in case it is found at a later date that the details furnished by the bidder are false and also to take action against such bidders for any damages that may be caused to the Company The Company will have the liberty, to short list suitable vendors / service providers who meet the Company s requirements, from the responses received The Company reserves the right to negotiate the price from the L-1 bidder after opening of commercial offer The Company may at its discretion increase the requirement and place orders subsequently within the validity or the extended validity of the bid. 4. LOCATION: The location for the project execution would be Mumbai. 5.TERMS OF PAYMENT: The Company will make payment as follows: 5.1. No advance payment will be made First payment of 50% of the bill amount shall be paid on delivery Second 50% shall be paid after successful installation, implementation of application and acceptance by the Company The Successful bidder shall submit a Performance Bank Guarantee (as per the format prescribed by the Bank) for 10% of the bid amount valid for the period or one year whichever is later immediately on receipt of purchase order and before the delivery of items The details of payment terms are given in Annexure A. 6. CANCELLATION OF CONTRACT AND COMPENSATION: The Company reserves the right to cancel the contract of the selected bidder and recover expenditure incurred by the Company in the following circumstances: Page 7 of 52

8 6.1. The selected bidder commits a breach of any of the terms and conditions of the bid/contract The bidder goes into liquidation voluntarily or otherwise An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid The progress regarding execution of the contract, made by the selected bidder is found to be unsatisfactory If deductions on account of liquidated Damages exceeds more than 10% of the total cost of work order Any other valid reason in the opinion of the Company. After the award of the contract, if the selected bidder does not perform satisfactorily or delays execution of the contract, the Company reserves the right to get the balance contract executed by another party of its choice by giving one week s notice for the same. In this event, the selected bidder is bound to make good the additional expenditure, which the Company may have to incur to carry out bidding process for the execution of the balance of the contract. This clause is applicable, even if the contract is cancelled for any reason. The Company reserves the right to recover any dues payable by the selected bidder from any amount outstanding to the credit of the selected bidder, including the pending bills and/or invoking Company Guarantee, if any, under this contract or any other contract/order. 7. ERASURES OR ALTERATIONS: The Offers containing erasures or alterations will not be considered. There should be no handwritten material, corrections or alterations in the offer. Technical details must be completely filled in. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as OK, accepted, noted, as given in brochure/manual is not acceptable. The Company may treat such Offers as not adhering to the tender guidelines and as unacceptable. 8. APPLICABLE LAW AND JURISDICTION OF COURT: The Contract with the selected bidder shall be governed in accordance with the Laws of India and will be subject to the exclusive jurisdiction of Courts at Mumbai (with the exclusion of all other Courts). 9. AMENDMENT OF TENDER DOCUMENT 9.1. At any time prior to the deadline for submission of Proposal, the Company may, for any reason, whether at its own initiative or in response to clarifications requested by an Applicant, modify this document by the issuance of Addendum/ Amendment and posting it on the Official Website of parent bank The amendments will be posted on the Official Website of the parent bank and such amendments will be binding on all applicants. Page 8 of 52

9 9.3. In order to provide the applicants with a reasonable time for incorporating the amendment into account, or for any other reason, the Company may, in its sole discretion, extend the last date for submission of bids by the applicants. 10. INSTRUCTIONS TO BIDDERS TWO BID SYSTEM OFFER Two Bid System will be followed for selection of the vendors wherein technical and commercial bid for each item will be submitted in separate envelopes in a main envelope. A bidder can bid for any one or more than one or all the below mentioned requirements. If a vendor is bidding for multiple requirements, separate envelops will have to submitted for each such bid for the following items. Back Office Software Web Portal Development Voice Recording Solution including IVR and Call Center STP Service Provider The Technical & Commercial offers must be submitted at the same time, giving full particulars in two separate sealed envelopes at the Company s address given below, on or before 5.00 pm on Company s address Sr. Vice President Corp Bank Securities Limited Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai Offers received after the last date and time specified for such receipt will be rejected. All envelopes should be securely sealed and stamped. The main envelope must contain three envelopes and must be super- scribed with the following: Name of the bid: ANY ONE OF THE ITEMS MENTIONED HEREAFTER (Supply of BACK OFFICE SOFTWARE, WEB PORTAL DEVELOPMENT, STP SERVICES or VOICE RECORDING FACILITY ALONG WITH IVR & CALL CENTER FOR STOCK BROKING BUSINESS (INSTITUTIONAL) Name of Bidder: Name of Authorized Representative: Inside the main envelope, TWO separate sealed envelopes containing offers must be submitted to the Company directly as under: 1. Technical 1 set [Original] 2. Commercial 1 set [Original] Both the envelopes must be super-scribed with the following information: Name of the Bid Type of Offer: (Technical 1 Set or Commercial 1 set) Tender Reference Number 1/ dated Due Date: Name of the Bidder: Page 9 of 52

10 Inside the main envelope, another envelope containing TENDER FEE and EMD should be also enclosed. The details of three envelopes inside the main envelope are given in the following paras ENVELOPE- I (Main Envelope): Envelope-I should be Super-scribed as TENDER FEE and EMD and should contain: (i). Tender Offer Covering Letter as given in Annexure D. (ii). Fee for Tender document (non-refundable): Rs.1, (Rupees One Thousand only) - (in the form of a demand draft issued by a scheduled commercial bank favouring CorpBank Securities Ltd, payable at Mumbai). (iii). Earnest Money Deposit (Bid Security): For Back office software Rs.30, (Rupees Thirty Thousand only) and For others Rs. 15, (Rupees Fifteen Thousand only ) (in the form of a Demand Draft, favouring CorpBank Securities Ltd, payable at Mumbai or bank guarantee as per the prescribed format). In case of Bank Guarantee, format given in Annexure N is to be followed. (iv) Envelope II - Technical Offer (v) Envelope III Commercial Offer ENVELOPE- II (Technical Offer): The Technical Offer (T.O) should be complete in all respects and contain all information asked for, except prices, as per Annexure K. The Technical Offer should not contain any price information. The Technical Offer should be submitted to the Company in a closed envelope. The T.O. should be complete to indicate that all products and services asked for are quoted. For example, the Technical Offer should mention that Software Requirement Specifications (SRS) specified in the tender are accepted in the Commercial Offer, without any deviation. Following documents are to be submitted along with the Technical Offer: 1. Annexure B, Reference letters from clients as mentioned in Annexure C, Annexure E, Annexure F, Annexure G, Annexure H, Annexure I, Annexure J, Annexure K and Annexure P. 2. Warranty and AMC details. This should not contain any price information in Technical Offer. 3. Delivery schedule. 4. Technical Documentation (Product brochures, leaflets, manuals etc.). An index of technical documentation submitted with the offer must be enclosed. 5. Software details, if any. 6. Bidders Financial Details (audited Balance Sheets & Profit and Loss account etc.) and other supporting documents, as asked in the tender document. 7. A declaration by the bidder that he has not made any modification in the original copy of the tender and his bid would be liable for rejection if otherwise. Page 10 of 52

11 10.4. ENVELOPE- III (Commercial Offer): The Commercial Offer (C.O) should give all relevant price information and should not contradict the T.O. in any manner. Technical and Commercial Offers must be submitted separately. It may be noted that if any envelope is found to contain both technical and commercial offers, such offer will be rejected. Following documents are to be submitted along with the Commercial offer: 1. Annexure L & Annexure M 2. A statement that the Bidder is agreeable to the Payment schedule given in the tender SCHEDULE OF SOFTWARE REQUIREMENT SPECIFICATIONS (SRS) This tender comprises of following SRS which are detailed in Annexure I. Schedule Name Number of SRS 1 Requirement specification for Back office Annexure I(a) 2 Requirement specification for Web Portal Development Annexure I (b) 3 Requirement specification for Voice Recording, Call Centre and IVR Annexure I (c) 4 Requirement specification for STP Annexure I(d) ELIGIBILITY CRITERIA Only the Bidders who meet all the qualifications mentioned in the Eligibility Criteria in Annexure C of this tender document are eligible to participate in the tender TERMS & CONDITIONS The Terms and conditions for Bidders who participate in this tender are specified in the section named Terms and Conditions (Annexure A). These terms and conditions are binding on all the Bidders. These terms and conditions will also form part of the purchase order, to be issued to the successful Bidder(s) on the outcome of the tender process PROPOSAL OWNERSHIP The proposal and all supporting documentation submitted by the Bidder shall become the property of the Company. 11. ADDRESS FOR COMMUNICATION Offers should be addressed to the following officer at the address given below: Sr. Vice President Corp Bank Securities Limited Veena Chambers, Mezzanine Floor, 21, Dalal Street, Fort Mumbai Page 11 of 52

12 12. MODIFICATION AND WITHDRAWAL OF OFFERS Bidders are not allowed to modify their offers once submitted. However, Bidders are allowed to withdraw their offers any time before the last date and time specified for receipt of offers. No offer can be withdrawn by a Bidder after the closing date and time for submission of offers. 13. OPENING OF TECHNICAL OFFERS BY CORPBANK SECURITIES LIMITED Only the Bidders who have submitted their offers in response to this tender are permitted to attend the opening of technical offers. Technical bids received by the Company will be opened in the presence of the bidders representatives who choose to attend the opening on the date and time specified above. Bidders can depute one person as their representative to attend the technical bid opening. The representative has to submit an authority letter duly signed by the bidder, authorizing him to represent and attend technical bid opening process on behalf of the bidder. The name of the bidders qualified under technical evaluation will be announced after the evaluation process by the Committee. Those qualified bidders can depute one person as their representative to attend the commercial bid opening. The representative has to submit an authority letter duly signed by the bidder, authorizing him to represent and attend commercial bid opening process on behalf of the bidder. The Company will publish changes in terms and conditions, if any, and the clarifications on bids/ bid documents on the parent Company s website as per the schedule given above. The bidders shall visit the website to find the clarifications and corrigendum, if any. Earnest Money Deposit (EMD) and Tender Price must accompany the Technical Bid as specified in this tender document. Bids received without EMD and/or Tender Price will be rejected Technical Evaluation: Technical evaluation will be considered on the basis of the following: Bidder s eligibility criteria mentioned in this document Scope of this document especially as per Annexure I A Committee constituted by the Company shall evaluate the technical Bids and the decision of the Committee regarding acceptance of any or rejection of any or all the technical bids shall be final and binding During evaluation of the bids, the Company may, at its discretion, ask the bidder for clarification of its bid if required. The request for clarification and the response shall be in writing / and no change in the substance of the bid shall be sought, offered, or permitted Bidder s experience of supplying similar items in other Broking houses. Vendors claim of its supply in other Companies would not be considered if it is not submitted in the letter heads of such Companies as mentioned in Annexure C. Page 12 of 52

13 Bidder s capability to deploy sufficient number of team members with qualification and experience of project to install the items and train the Staff members of the Company Number of on-site man days provided by the Vendor for training, installation etc Adequacy of deliverables Modularity of the framework proposed in the bid Feedback from bidder s clients Scores will be allotted as per evaluation matrix finalized by a Committee constituted by the Company Bidders who achieve overall score of 75% & above will qualify for the next stage of evaluation (i.e. commercial bid evaluation). The evaluation matrix is attached as Annexure Q Commercial Evaluation: Total cost shall be exclusive of all taxes and but including AMC applicable for 4 years excluding the period of at least one year The commercial bid will be evaluated based upon lowest quote only The commercial bids of those vendors only that have cleared technical stage shall be opened The bidder may give an optional quote separately for upgradation / activation of the software to include retail and commodities segment including Web based Back office for clients and mobile app in the commercial bid and such quote shall be valid for 3 years. The quote for up gradation / activation of the software to include retail segment and commodities segment including Web based Back office for clients and mobile app will not be considered for commercial bid evaluation. 14. PRELIMINARY SCRUTINY Offers from Bidders not meeting the qualification criteria will be rejected. The Company will scrutinize the offers received to determine whether they are complete and as per tender requirement, whether any errors have been made in the offer, whether technical documentation as asked for and required to evaluate the offer has been submitted, whether the documents have been properly signed and whether items are offered as per the tender requirements. 15. CLARIFICATION OF OFFERS To assist in the scrutiny, evaluation and comparison of offers, the Company may, at its discretion, ask some or all Bidders for clarifications on the offer made by them. The Bidder s response to such clarifications will necessarily be in writing. 16. NO COMMITMENT TO ACCEPT LOWEST OR ANY OFFER The Company shall be under no obligation to accept the lowest or any other offer received in response to this Tender and reserves its right to reject all the offers including incomplete offers without assigning any reason whatsoever. Page 13 of 52

14 17. DOCUMENTATION The following information should be furnished along with the Technical bid by means of printed technical brochures as per checklist provided. Model numbers / Brand names of all the items quoted. Specifications of all items asked along with technical specifications brochures. Version number in case of software. It is required to indicate if the software requires any particular version of the operating system for compatibility. Software(s), which will be supplied free, and the ones that will be charged for, should be clearly indicated. Restrictions on software usage, if any, should also be mentioned. 18. SUBMISSION OF TECHNICAL DETAILS It is mandatory to provide the technical details in the exact format of Technical Details & Specifications (Annexure I) given in this tender. The offer may not be evaluated/may be rejected by the Company in case of non-adherence to the format or partial submission of technical information as per the format given in the offer. The Company shall not allow/permit changes in the technical specifications after due date for submission of offers. The relevant product information brand and model number offered, printed product brochure, technical specification sheets etc. should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification. 19. FORMAT FOR TECHNICAL OFFER The Technical Offer should be made in an organized, structured and neat manner along with Brochures/leaflets etc., should not be submitted in loose form and should also be properly paginated. The Bidder shall provide information on the acceptance of the terms exactly as per the Annexure K. The comments in the Deviation Column of technical details is permitted only if compliance column is shown 'No', otherwise it will be construed as complied as per the requirement of the Bank. Please note that specifying deviation elsewhere in the offer document will not be considered. If there is any deviation the same should be mentioned in the Technical offer with compliance column clearly marked as 'No'. Similarly compliance of Terms and Conditions of the Tender should be clearly stated in the Compliance Table itself and should not be covered elsewhere in the offer document. If so, such deviations will not be considered and it will be construed as complied as per the requirement specified in the Tender. The format and order for submission of Technical Offer should be as follows: 1. Index 2. Undertaking as per Annexure B 3. Reference letters from clients as mentioned in Annexure C 4. Terms and Conditions Compliance Table in the format mentioned in Annexure E Page 14 of 52

15 5. Details of the Bidder, as per Annexure F 6. Track record of installation as per Annexure G 7. Details of Service Centers in the format prescribed in Annexure H 8. Technical Offer as per specifications as given in Annexure I, complete with all columns duly filled in 9. Covering letter. This should be as per Annexure J 10. Bill of Materials and Price Schedule as per Annexure K- Technical Version. This table should not contain any price information in Technical Offer. 11. Letter of undertaking of Authenticity as per Annexure P 12. Warranty and AMC details. This should not contain any price information in Technical Offer. 13. Delivery schedule. 14. Technical Documentation (Product brochures, leaflets, manuals etc.). An index of technical documentation submitted with the offer must be enclosed. 15. Software details, if any. 16. Bidders Financial Details (audited Balance Sheets & Profit and Loss account etc.) and other supporting documents, as asked in the tender document. 17. A declaration by the bidder that he has not made any modification in the original copy of the tender and his bid would be liable for rejection if otherwise. 20. FORMAT FOR COMMERCIAL OFFER The Commercial offer must not contradict the technical offer in any manner. Statement or request for deviation in either Technical specifications or Terms & Conditions specified in the Tender should not form part of Commercial Offer. In case if any commercial offers contain such requests or submissions the offer will be summarily rejected without any further process or communication in this regard. Any commercial offer, which is conditional and /or qualified or subjected to suggestions, will also be summarily rejected. The suggested format for submission of Commercial offer is as follows: 1. Index 2. Covering letter as given in Annexure L. 3. Commercial Version of Bill of Materials and Price Schedule (as per Annexure M- Commercial version). This annexure must contain all price information, including acceptance of AMC rate. 4. A statement that the Bidder is agreeable to the Payment schedule given in the tender. 5. All these should be properly paginated. 21. ALTERNATIVE OFFERS Each offer should specify a single solution, which is cost effective and meeting the tender specifications, and does not include any alternatives. The Bidder desirous of bidding for two or more requirements should submit separate Offer for each requirement. Each offer/alternative offer should be complete in all respects and should not make cross-reference to details given in other offer/alternative offer. Every such alternative Offer should be in separate cover and should accompany separate EMD & Tender Cost. Offers made without EMD & Tender cost will be rejected. For each requirement, a separate EMD & Tender Cost must be submitted. In case, offers are submitted for more than one requirement with only one EMD & tender Cost, then the Company will consider the first offer for evaluation and subsequent offers will not be evaluated at any cost. Page 15 of 52

16 22. COSTS & CURRENCY The offer must be made in Indian Rupees only, including the following: 1. Cost of the software / equipment 2. Installation and commissioning charges, if any, 3. Not less than one year comprehensive replacement on-site. This period will start from the date of delivery or bill date whichever is later for each item offered by the bidder. 4. Packing, Transportation and Forwarding charges up to the site. 5. Insurance to cover equipment up to the installation of equipment at Company s site and handing it over to the Company. 6. AMC, exclusive of all taxes. 7. Bidders have to make their own arrangements for obtaining road permits wherever needed. 23. FIXED PRICE The commercial offer shall be on a fixed price basis, exclusive of taxes (viz., Sales Tax and/or VAT, Service tax etc). No price variation relating to increases in customs duty, excise, dollar price variation etc. will be permitted. 24. PRICE COMPARISON The Bank will consider the Five years TCO (total cost of ownership) for the purpose of price comparisons as follows: Five years TCO = Cost of Software / Systems with not less than one year as per Annexure M (as per Fixed Price Clause above) exclusive of all taxes (viz., Sales Tax and/or VAT, Service tax) + 4 years post- AMC charges exclusive of taxes. 25. NO NEGOTIATION It is absolutely essential for the Bidders to quote the lowest price at the time of making the offer in their own interest. If required, the Company will enter into price negotiations, ONLY with the lowest quoting Bidder, whose offer is found to be technically compliant to tender specifications. 26. SHORT LISTING OF BIDDERS The Company will prepare a short-list of technically qualifying Bidders and the commercial offers of only these Bidders will be opened. The Company will intimate the date and time of opening of Commercial Offers to the Bidders whose Offer is technically in line with the tender requirements. 27. ISSUE OF PURCHASE ORDERS The Company proposes to place Purchase Orders in staggered manner for different requirements depending upon the Company s requirements. 28. LIABILITIES OF CORPBANK SECURITIES LIMITED This tender is not an offer by the Company, but an invitation for Bidder responses. No contractual obligation on behalf of the Company, whatsoever, shall arise from the tender process Page 16 of 52

17 unless and until a formal contract is signed and executed by duly authorized officers of the Company and the Bidder. 29. PROPOSAL PROCESS MANAGEMENT The Company reserves the right to reject all proposals, to request one or more re-submissions or clarifications from one or more Bidders, or to cancel the process in part or whole. No Bidder is obligated to respond to or to continue to respond to the tender. Each party shall be entirely responsible for its own costs and expenses that are incurred while participating in the tender, subsequent presentation and contract negotiation processes. 30. DOWNLOADING OF TENDER DOCUMENT FROM WEBSITE The tender document is also available for download from the Parent Bank s website Those who choose to download the tender from our website are required to pay the price of tender at the time of submission of their offer. They are also required to confirm in writing that they have not modified any part of the tender and they will abide by the same. If any Bidder fails to pay the price of the tender, the said offer will be rejected. In case of any dispute/discrepancy the physical version of the tender available with the Company will be final & binding on all who participate in the tender. Page 17 of 52

18 ANNEXURE A - TERMS & CONDITIONS Terms & Conditions 1. Technical Inspection and Performance Evaluation The Company reserves its right to carry out a technical inspection and performance evaluation of software / equipments / devices offered by short-listed Bidders. 2. Payment The Company will make payment as follows: No advance payment will be made. First payment of 50% of the bill amount shall be paid on delivery Second 50% shall be paid after successful installation, implementation of application and acceptance by the Company. The Successful bidder shall submit Performance Bank Guarantee (as per the format prescribed by the Bank) for 10% of the bid amount valid for the period or one year whichever is later immediately on receipt of purchase order and before the delivery of items. 3. Pricing & Payments The price offered to Company must be in Indian rupees, exclusive of taxes (viz., Sales Tax and/or VAT, Service tax). However, the prices should include duties now and in future such as Excise, Octroi, Entry Tax, Customs duty, packing, forwarding, import and custom clearance, transportation, insurance till delivery at site, cost of installation, commissioning and comprehensive on-site maintenance services under. The rate will be on a fixed price basis, exclusive of all taxes (viz., Sales Tax and/or VAT, Service tax). No price variation relating to increases in customs duty, excise, dollar price variation etc. will be permitted. 4. Delivery & Installation The Bidder shall be responsible for delivery and installation of the Software / products ordered at the site and for making them fully functional at no additional charge within 2 weeks from the date of delivery instruction. The Company reserves to itself the right to place release orders in phases depending upon the project requirements. The Bidder shall be responsible for immediate delivery of the items ordered on receipt of such release orders. In the event of the Company agreeing to extend the date of delivery at the request of Bidder, it is a condition precedent that the validity of Bank Guarantee shall also be extended by further period as required by the Company before the expiry of the original Bank Guarantee. Failure to do so will be treated as breach of contract. In such an event the advance paid to Bidder will become returnable to the Company forthwith and the Company reserves its right to foreclose the Bank Guarantee. Page 18 of 52

19 Appropriate insurance to cover the products for the transit period and till the time of its acceptance by the Company at the respective site is to be taken by the Bidder. At the discretion of the Company, there will be an acceptance test conducted by the Bidder in presence of the Company officials and/or its nominated consultants after installation of complete software / equipments. In case of serious discrepancy in products supplied, the Company may cancel the entire purchase order and return them back to the Bidder at Bidder s costs and risks. The Company will not arrange for any Road Permit/Sales Tax clearance for delivery of products and the Bidder is required to make its own arrangements for the same. 5. Completeness of Installation The installation will be deemed as incomplete if any component of the software / equipment is not delivered or is delivered but not installed and/or not operational or not acceptable to the Company after acceptance testing/examination. In such an event, the supply & installation will be termed as incomplete and it will not be accepted and period will not commence. The entire site will be accepted after complete commissioning of equipment and satisfactory working of the entire equipment for a minimum period of 10 days. 6. Order Cancellation The Company reserves its right to cancel the order in full / part in the event of one or more of the following situations: 1. Delay in delivery beyond the specified period for delivery. 2. Delay in installation beyond the specified period for installation. 3. Serious discrepancy in hardware noticed during the product evaluation / Pre-Dispatch factory inspection or subsequent evaluation testing. 4. Any other reason as perceived by the Company. In addition to the cancellation of purchase order, the Company reserves the right to claim the damages from the Bidder and/or foreclose the Bank Guarantee given by the supplier against the advance payment. 7. Software Manuals The Software / Systems will have to be supplied with the software drivers with media and manuals as applicable. 8. Warranty The offer must include not less than one year s comprehensive on-site from the date of installation and acceptance by the Company. Bidder shall be fully responsible for the manufacturer s in respect of proper design, quality and workmanship of all equipment, accessories etc. covered by the tender. Bidder must warrant all equipment, accessories, spare parts etc. against any manufacturing defects during the period. During the period, Bidder shall maintain the systems and repair/replace at the installed site all defective components including the Battery Bank, at no charge to the Company. Page 19 of 52

20 9. Annual Maintenance Charges (AMC) The Bidder should also quote separately for Annual Comprehensive Maintenance Charges at site from the date of expiry of the period (post-, and should not be less than one year). This rate should be quoted as: 1 st year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes 2 nd year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes 3 rd year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes 4 th year comprehensive on-site annual maintenance charges in Indian rupees exclusive of all taxes The offer must give commitment to provide maintenance at the price quoted as above for not less than one year from the date of expiry of. Bidders are expected to maintain the equipment supplied for at least five years from the date of purchase by the Company. It may be noted that the Company shall ask for a performance bank guarantee to the tune of 10 % of the value of the order, for one years duration or the period whichever is later. The Company also reserves its right to decide on this matter and its decision will be binding on the Bidder without any further explanation to the Bidder. This Bank Guarantee will be linked to the obligations of the Bidder 10. Penalties Delay in delivery and installation For any delay in installation 2 weeks from the date of delivery instruction by the Company, the Company will charge 0.5% of the order value per week or part thereof from 3 rd week. Penalty for downtime Any system that is reported to be down on a given date should be repaired within 2 hours. The online support shall be given within five minutes after logging the complaint. The complaint reporting will be through a telephonic message or any other mode as the Company may decide. In case the Bidder fails to meet the above standard of maintenance, the Company reserves the right to levy a penalty of Rs.500/- (Rupees Five Hundred Only) per day depending upon the circumstances of the case unless otherwise agreed upon. In case such occurrences of charging penalty exceed two times in a quarter, the company has a right to claim damages. 11. Product Failure If during the period, any software / website / voice recorder facility fails on four or more occasions in a quarter, it shall be replaced by the Bidder at no cost to the Company. 12. Indemnity Bidder shall indemnify, protect and save the Company against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of the software / system supplied by the Bidder. Page 20 of 52

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

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

School of Open Learning University of Delhi

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

More information

Oracle Financial Services Applications

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

More information

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

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

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

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

More information

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Fax No. +91 79 2397 2583 Website:

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

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

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Tel/Fax No. +91 79 2397 2583

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

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO Request for Proposal Scanning of Policy and non policy documents at SBI Life HO SBI Life Insurance Co Ltd RFP for Centralized Scanning Services Page 1 1. INTRODUCTION AND BACKGROUND SBI Life is a joint

More information

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

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

More information

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

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

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

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

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

More information

TENDER FOR AMC OF LAN NODES & SWITCHES

TENDER FOR AMC OF LAN NODES & SWITCHES TENDER FOR AMC OF LAN NODES & SWITCHES Comprehensive Annual Maintenance Contract of 4250 + 100 nos. of LAN Nodes & 233 nos. of LAN Switches (Nortel 350-24T & 425-24T, CISCO, INTEL, DAX, BAYSTACK & NETMAX,(8

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

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

Service Level Agreement for providing Annual Maintenance Services for STPI.in Project

Service Level Agreement for providing Annual Maintenance Services for STPI.in Project Annexure SLA Service Level Agreement for providing Annual Maintenance Services for STPI.in Project This SERVICE LEVEL AGREEMENT is made on this the between Director, STPI Bangalore, Bangalore 560 100 (hereinafter

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

Dear Sir, Purchase of MS Office 2010 Professional

Dear Sir, Purchase of MS Office 2010 Professional 04 th December, 2010 Dear Sir, Purchase of MS Office 2010 Professional Credit Guarantee Fund Trust for Micro and Small Enterprises

More information

Corporation Bank. Tender Document. Tender Number: 04/2015-16 Date: 23.09.2015

Corporation Bank. Tender Document. Tender Number: 04/2015-16 Date: 23.09.2015 Corporation Bank Tender Document Tender Number: 04/2015-16 Date: 23.09.2015 Co-location and hosting Data Centre Facilities for Corporation Bank s Disaster Recovery setup at Mumbai Cost of Tender Document:

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

INVITATION FOR TENDER FOR OUSOURCED MONPOWER SERVICE

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

More information

No. 11-264 / 2015 16 / CICT / CCTV / AMC Date: 18.12.2015

No. 11-264 / 2015 16 / CICT / CCTV / AMC Date: 18.12.2015 CENTRAL INSTITUTE OF CLASSICAL TAMIL (An autonomous Institution under Ministry of Human Resource Development, Government of India, New Delhi) LMV Building, Institute of Road Transport Corporation Campus,

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

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

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

Request for Proposal For

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

More information

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

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

Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool)

Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool) Star Union Dai-ichi Life Insurance Company Limited Request for Proposal (RFP) For Learning Management System (Online e-learning tool) Issue Date :-27 th June 2014 Last Date of Submission of Proposal: -4

More information

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

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

More information

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS BUREAU OF INDIAN STANDARDS E-9, Manakalaya, Road No. 8, MIDC, Andheri (E), Mumbai-400 093. Tel: 022-28253430 FAX: 022-28320552 E-Mail:

More information

Please furnish your quotation for the services mentioned in the enclosed quotation form. Your quotation should fulfill the following conditions: -

Please furnish your quotation for the services mentioned in the enclosed quotation form. Your quotation should fulfill the following conditions: - PRASAR BHARATI (INDIA S PUBLIC SERVICE BROADCASTER) DOORDARSHAN NEWS: TOWER-B, DOORDARSHAN BHAWAN, NEW DELHI-110001 ----------------------------------------------- AN INVITATION FOR TENDER For Development

More information

TENDER NOTICE NO. 04/2015-16

TENDER NOTICE NO. 04/2015-16 TENDER NOTICE NO. 04/2015-16 Office of the Commissioner of Central Excise, Noida II invites sealed tenders in the shape of Two Bid System i.e. (Technical Bid & Price Bid) from reputed Indian Firms/Agencies/Govt.

More information

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. CORPORATE OFFICE: COURTPETA: BERHAMPUR- 760004. DISTRICT: GANJAM. TENDER NOTICE NO: 02/07-08

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

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

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

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059 National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059 NOTICE INVITING TENDER FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND TESTING

More information

THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE

THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE WHEREAS The Sustainable Energy Authority of Ireland (hereinafter called SEAI ) of Wilton Park House, Wilton Place,

More information

Purchasing Terms and Conditions

Purchasing Terms and Conditions Purchasing Terms and Conditions ( Terms and Conditions ) Wincor Nixdorf Pte Ltd 1 Purchase Order and Acknowledgement of Order 1.1 These Terms and Conditions shall apply to all orders and/or agreements

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

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

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

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

More information

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

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

More information

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

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

More information

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

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 PROVIDING THE INTERNET LEASED LINE CONNECTIVITY

TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY NIT No.: 592/16 Date:21.01.2016 Last Date and Time for submission of Bid: 04.02.2016 up to 02:00 PM Bihar State Electronics Development Corporation

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE

GENERAL TERMS AND CONDITIONS OF PURCHASE 1. GENERAL These general terms and conditions of purchase ( Terms and Conditions ) are applicable to any order made by Merck Chemical and Life Science AB, reg. no. 556102-7797 ( Merck ), for the purchase

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

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

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

More information

ADMINSTRATION OF DAMAN AND DIU(U.T.)

ADMINSTRATION OF DAMAN AND DIU(U.T.) ADMINSTRATION OF DAMAN AND DIU(U.T.) DIRECTORATE OF MEDICAL & HEALTH SERVICES, PRIMARY HEALTH CENTER, MOTI DAMAN. Tender Notice No.DHMS/DD/BIO-METRIC/SS/2012-13/3032 Dated:- 31/12/2012 TENDER NOTICE Sealed

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

Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012.

Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012. GOVERNMENT OF INDIA ELECTRONICS TEST AND DEVELOPMENT CENTRE Department of Information Technology Ministry of Communications & Information Technology, Govt. of India ETDC, Ring Road, Peenya Industrial Estate,

More information

REQUEST FOR PROPOSAL TO SETTING UP A CALL CENTRE. No SIC/DPU/19/Call Centre/ Nov2008 Dated: 19th Jan, 2009. Document Fee: Rs.

REQUEST FOR PROPOSAL TO SETTING UP A CALL CENTRE. No SIC/DPU/19/Call Centre/ Nov2008 Dated: 19th Jan, 2009. Document Fee: Rs. REQUEST FOR PROPOSAL TO SETTING UP A CALL CENTRE No SIC/DPU/9/Call Centre/ Nov2008 Dated: 9th Jan, 2009 ----------------- ----------------- ----------------- Document Fee: Rs. 500/- Dear Sir or Madam,

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

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

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

Notice Inviting Tender (NIT). Secretary (Marketing)

Notice Inviting Tender (NIT). Secretary (Marketing) Life Insurance Corporation Of India, East Central Zone, Jeevan Deep Exhibition Road,Patna-800001 Notice Inviting Tender (NIT). Sealed tenders are invited from reputed firms/vendors for supply of Prize

More information

TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12

TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12 TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY NIT No. Last Date of Submission Date of Opening : NITJ/Pur/01/2013 : 20.03.2013 at 11:30 AM 20.03.2013 at 2:00 PM Ref No/Pur/316/12 Dr. B R Ambedkar

More information

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

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

More information

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

Corrigendum Document. For. Selection of Agency

Corrigendum Document. For. Selection of Agency Corrigendum Document For Selection of Agency To Establish Comprehensive Call Centre for Department of Health & Family Welfare, Govt. of Himachal Pradesh Mission Director, National Health Mission Department

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

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

Empanelment of Vendors for Load Testing

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

More information

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

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

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

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

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

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

Infineon Technologies North America Corp. Terms and Conditions of Sale

Infineon Technologies North America Corp. Terms and Conditions of Sale Infineon Technologies North America Corp. Terms and Conditions of Sale 1. GENERAL 1.1 Contract Terms. These Terms and Conditions of Sale (the Agreement ) shall apply to any offer made by Infineon Technologies

More information

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

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

More information

Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph. 91-651-2490070, 2491797, Fax-91-651-2490208,

Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph. 91-651-2490070, 2491797, Fax-91-651-2490208, Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph. 91-651-2490070, 2491797, Fax-91-651-2490208, TENDER NOTICE NO 03/2012-13 Sealed tenders for the purchase of Biometric

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

Sub: Tender Enquiry for Sale of Condemned Items.

Sub: Tender Enquiry for Sale of Condemned Items. PUBLIC ENTERPRISES SELECTION BOARD Department of Personnel & Training (Ministry of Personnel, Public Grievances and Pension) 5 th Floor, Block No.14, CGO Complex, Lodhi Road, New Delhi-110003. No.4/8/2010-PESB

More information

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER

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

More information

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

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

More information

Ref : CL/BM/AC-03 Date: 04 th March 2013

Ref : CL/BM/AC-03 Date: 04 th March 2013 Ref : CL/BM/AC-03 Date: 04 th March 2013 Subject : ANNUAL MAINTENANCE OF AIR CONDITIONERS (INCLUDING STABLIZERS) AT CENTRAL LABORATORY(CL), SAHIBABAD. To, Dear Sirs, Technical and Financial bids are invited

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

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue

More information

VALLABHBHAI PATEL CHEST INSTITUTE UNIVERSITY OF DELHI: DELHI-110007.

VALLABHBHAI PATEL CHEST INSTITUTE UNIVERSITY OF DELHI: DELHI-110007. VALLABHBHAI PATEL CHEST INSTITUTE UNIVERSITY OF DELHI: DELHI-110007. Ref. No. VPCI/AMC-HIS/2014-15/364 Date: 08/05/2014 To Sub: Proposal for Award of Annual Maintenance Contract (AMC) for Hospital Information

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

Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015

Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015 Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015 India Brand Equity Foundation, Apparel House, 5th Floor,

More information

Bidding/Invitation to Tender Documents PROCUREMENT/SUPPLY OF STATIONARY FOR COMPUTERIZED PAYROLL REQUIRED FOR CDA. March 3, 2016

Bidding/Invitation to Tender Documents PROCUREMENT/SUPPLY OF STATIONARY FOR COMPUTERIZED PAYROLL REQUIRED FOR CDA. March 3, 2016 Bidding/Invitation to Tender Documents For PROCUREMENT/SUPPLY OF STATIONARY FOR COMPUTERIZED PAYROLL REQUIRED FOR CDA March 3, 2016 NIT Amount: Rs.2, 494,190/- Vetted by: Accounts Officer (IT), CDA CAPITAL

More information

GALLAGHER GROUP LIMITED, 181 KAHIKATEA DRIVE, HAMILTON, NEW ZEALAND GALLAGHER

GALLAGHER GROUP LIMITED, 181 KAHIKATEA DRIVE, HAMILTON, NEW ZEALAND GALLAGHER GALLAGHER GROUP LIMITED, 181 KAHIKATEA DRIVE, HAMILTON, NEW ZEALAND GALLAGHER GALLAGHER SECURITY SOFTWARE MAINTENANCE TERMS AND CONDITIONS PLEASE READ THESE SOFTWARE MAINTENANCE TERMS AND CONDITIONS CAREFULLY

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

COMPLIANCE WITH LAWS, CODES, AND STANDARDS All products furnished by Jinan Meide Casting Co. Ltd, shall be in accordance with the following terms and conditions unless otherwise agreed to in writing: ACCEPTANCE AND COMPLETE AGREEMENT Buyer s order

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

Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC

Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for THE ANDHRA PRADESH MINERAL DEVELOPMENT CORPORATION LIMITED H.No: 6-2-915, 3rd Floor,

More information

From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015

From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015 P a g e 1 From Head, Computer Centre PEC University of Technology Chandigarh To Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015 Subject: Quotations for providing 32 MBPS (1:1) Internet

More information

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

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

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions "Avanade" means Avanade Asia Pte Ltd (Company Registration No.: 20005969E), a company incorporated in Singapore, having its offices at 238A Thomson Road, #25-01 Novena

More information

(RFP) PURCHASE OF BLADE SERVER

(RFP) PURCHASE OF BLADE SERVER REQUEST FOR PROPOSAL (RFP) FOR PURCHASE OF BLADE SERVER Controller of Defence Accounts, Secunderabad Ministry of Defence, Government of India Name of the Department: Summary Sheet Defence Accounts Department,

More information

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development F. No. 4-1/2010-Genl. GOVERNMENT OF INDIA MINISTRY OF WOMEN AND CHILD DEVELOPMENT GENERAL SECTION Shastri Bhawan, New Delhi Dated: 8.11.2010 NOTICE INVITING TENDER Subject: Annual Maintenance Contract

More information