TENDER DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES
|
|
- Homer Holland
- 2 years ago
- Views:
Transcription
1 TENDER DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH (Ministry of Earth Sciences, Govt. Of India) Headland Sada, Vasco-da-Gama GOA , INDIA. Tel: 91- (0) Telefax: 91- (0) Website:
2 NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH (Ministry of Earth Sciences, Govt. Of India), HEADLAND SADA, VASCO-DA-GAMA, GOA TENDER NO. NCAOR/LAB-2223/PT-41 SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES 1. SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES Specifications Quantity As per Annexure-I 01 No. 2. General Terms and Conditions As per Annexure II 3. Cost of Tender Documents (In Person) US $ Rs Cost of Tender Documents (By Post) US $ Rs EMD Tender documents can be downloaded by tenderers from NCAOR website. In case a tenderer is using the documents and forms downloaded from the website, the cost of tender documents shall be sent in the form of Bank Draft in a separate envelope along with the tender. A) Foreign Bidders shall submit EMD along with their tender, in the form of a bank guarantee only for a sum of US $ 1, (US$ One Thousand Seven Hundred Fifty only) B) Indian Bidders shall submit EMD along with their tender, either by DD drawn in favor of NCAOR, for a sum of Rs. 1,00,000/-(Rupees One Lakh only) payable at Vasco-da- Gama only. Or In the form of a bank guarantee for a sum of Rs. 1,00,000/-(Rupees One Lakh only) 6. Last Date and time for issue of tender documents MONDAY Hrs (IST) 7. Last Date and time for submission of sealed quotations TUESDAY Hrs (IST) 8. Date and time of tender opening WEDNESDAY Hrs (IST) 1
3 Annexure-I Technical Specifications for the Laser Ablation - Inductively Coupled Plasma - Optical Emission Spectrometer (LA-ICP-OES) System GENERAL SPECIFICATIONS: 1. Basic Design: i. The LA-ICP-OES system should be a space saving, compact bench-top model that can fit into allocated space of 10 x 6 lab-space with all the sub-systems and accessories. ii. The LA-ICP-OES should be true simultaneous in all aspects of measurements including simultaneous measurements of all analyte wavelengths, internal standard and background. iii. Corrosion-resistant exteriors. iv. Open architecture design for sample introduction system for ease of operation in switching between Laser Ablation Microprobe (LAM). 2. Sample Introduction System: i. Sample Introduction System should be capable of easy switching between Liquid system and Laser Ablation Microprobe with the following additional capabilities ii. Nebulizers: a. Standard quartz glass nebulizer. It must also include a PFA nebulizer and spray chamber kit as standard having high resistance to HF acid. b. Additional supply of Ultrasonic nebulizer iii. Spray Chambers: Standard quartz glass type cyclonic type suitable for different kinds of samples. iv. Peristaltic Pump: At least 3 Channels with precise computer controlled pumping of the sample, internal standards and spray chamber drain. v. Injectors: Quartz and PFA injectors suitable for HF medium and other sample environments. 3. Plasma Ion Source: i. Torch: One glass/quartz torch with small diameter for efficient matrix decomposition and sample ionization. ii. Plasma Gas Control: Should have a minimum of four Active Mass Flow Controllers (AMFC) for Control Plasma, Auxiliary, Nebulizer and Carrier Gases, which will be coupled to the Laser Ablation Microprobe. iii. Computer control of the torch: (a) Torch movement should allow for complete computer-control and auto tunable in x-y-z directions with independent movements in the three directions. 2
4 (b) Provision for Auto-alignment of the torch after routine maintenance with a reproducibility better than 0.1 mm in x-y-z directions. (c) Option of Manual override provision for the above mentioned movements should also be available. 4. Plasma Radio Frequency Generator: i. RF Generator Frequency: All solid state, digitally driven 27 MHz or 40 MHz ii. RF Power: 750 to 1300 Watts or greater. 5. Torch Configuration: Dual View (both Axial and Radial) 6. Detection Limit: i. < g/l for the elements Mg, Ca, Sr, Be, Li ii. iii. < 0.15 g/l for the elements Mn, Al, Zn, Ti 1 g/l the elements Mo, Fe, V, Ni, Co, Cu, U 7. Ion Detector Assembly i. Type: Charge Injection Detector capable of non-destructive read-out mode for quick random access during long integration periods ii. Spectral Resolution: nm at 200 nm or lesser iii. Spectral Range: 166 nm to 782 nm or greater iv. Polychromator: Echelle-based 8. Laser Ablation Microprobe: i. Laser Source: Nd:YAG. Internally homogenized for a flat top beam profile, optically attenuated 213 nm laser source having short nanosecond pulse length (<4 ns) to ensure a high irradiance at the sample surface. The frequency should be between 1 and 20 Hz. ii. Beam Delivery System: Aperture Imaged beam delivery system yielding in excess of 25 J cm -2 of energy density at the sample surface. Internal energy monitor displaying energy and energy density at the sample surface. Optical attenuation to yield energy stability of <2% RSD. iii. Autoswitching such that true aperture imaging to enable spot sizes between 4 and 110 micron without change in fluence and in general up to 300 microns. iv. Viewing System: High resolution video microscope with secondary large field of view camera navigation system; this should allow <1 micron optical resolution. v. Lighting System: High intensity, LED based, transmitted, ring and coaxial light source (independently operated). Software controlled polarizers. vi. Ablation Chamber and Stages: Must be a two-volume cell. 100mm high performance sample chamber for analysis and accommodation of large and small sample types. Featuring larger format 100mm high accuracy, high speed computer controlled movement of stage. 3
5 vii. viii. ix. Gas Handling: Internal gas control including integrated Mass Flow Controller, and capability to add an extra MFC for Helium addition. PC and Software: Integrated control PC and software featuring autofocus, sample image import and bidirectional triggering capability. Installation and Training to be included 9. Computer System and Software for System Control, Data Acquisition and Analysis. (i) Branded computer (DELL/HP/Samsung) with at least Intel Core i5 Processor with a minimum of 3.2 GHz Processor speed, 8 GB RAM, 500 GB HDD, CD/DVD RW with a separate graphics card that can support multiple displays with preloaded Windows OS. (ii) Another identical Notebook PC and a Colour LaserJet Printer for off-line data processing and printing analytical data sheets/results should be supplied. (iii) The instrument system software shall be based on the Windows operating system. The software shall provide full control of all instrument functions including plasma ignition, gas flows, viewing position, and monitoring of safety interlocks. 10. Operational Requirements: i. System should be capable of working with the following power and environmental requirements: a. Single Phase, V, Hz power supply. b. Temperatures in the range of 18 to 30 degrees Centigrade. c. Operational Humidity (non-condensing) of up to 80%. ii. Separate quote for a 20 KVA Uninterrupted Power Supply (UPS) system with 60 min backup, of a standard make with sealed batteries, may be given, as it is part of operational requirement. 11. Accessories i. Autosampler with a capacity of at least 150 vials ii. Sample Introduction system to enhance the sensitivity by 6-10 times iii. Small volume spray chamber iv. Tuning solution 125 ml (10 Nos.) v. Multi-element standards a. 23 multi-element standard of 1000 ppm (2 nos.) b. PGE multi-element standard of 100 ppm (2 nos.) c. REE standard of 1000 ppm (2 nos.) vi. NIST SRM 915a, NIST SRM 987, and Mg metal rod (99.99 %) standard (2 nos. each) vii. NIST610 and NIST612 glass Standard Reference Materials (2 nos. each) should be quoted as standard. 4
6 ADDITIONAL REQUIREMENTS 12. Onsite testing and performance demonstration of the following upon installation: i. Demonstration of short term and long term stability for total wavelength range for two hour measurements in the standard operation mode of the instrument. Standard solutions should be supplied by the vendor towards this. ii. Demonstration of analysis with laser ablation for total wavelength range in standard operation mode. 13. Installation Utilities: Vendor should supply factory fabricated chiller re-circulator of appropriate capacity along with the system. The vendor should also quote Argon and Helium gas regulators, gas purifications system, two Argon gas cylinder manifold, four Argon gas cylinders, one Helium cylinder and exhaust ducting for plasma. 14. Manuals and Diagnostic tools: Full service manuals along with diagnostic tools including interface cards and software, plus any specialized & general mechanical tools (Allen keys, wrenches etc.) required for instrument servicing or repair. The quotation should include a clear statement of all site requirements for installation and operation of the equipment specified. 15. Spares and consumables: Quotation for spares and consumables for 3 years for each instrument and preparation device should be included i.e., the supplier should separately quote for all essential spares and consumable kits which are not covered under warranty for the basic instrument and peripherals, essential for trouble-free performance for at least 3 years. The quotation should include an indication of all consumables required per full batch of samples. 16. Warranty: A 2 year (from the commissioning of the instrument) comprehensive warranty shall be provided and shall include replacement of parts and maintenance calls and the Engineer s visit to NCAOR during emergency. 17. Training: During the installation of the LA-ICP-OES, appropriate training in handling of the instrument shall be provided to the users. After the installation, training to be provided on the operation & maintenance of the instrument to a group of NCAOR personnel by the factory engineer for about two weeks. 5
7 TECHNICAL COMPLIANCE STATEMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES. SR. NO. TECHNICAL COMPLIANCE STATEMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES. A. GENERAL SPECIFICATIONS: 1. Basic Design: i. The LA-ICP-OES system should be a space saving, compact bench-top model that can fit into allocated space of 10 x 6 lab-space with all the sub-systems and accessories. ii. The LA-ICP-OES should be true simultaneous in all aspects of measurements including simultaneous measurements of all analyte wavelengths, internal standard and background. iii. Corrosion-resistant exteriors. iv. Open architecture design for sample introduction system for ease of operation in switching between Laser Ablation Microprobe (LAM). 2. Sample Introduction System: i. Sample Introduction System should be capable of easy switching between Liquid system and Laser Ablation Microprobe with the following additional capabilities ii. Nebulizers: c. Standard quartz glass nebulizer. It must also include a PFA nebulizer and spray chamber kit as standard having high resistance to HF acid. d. Additional supply of Ultrasonic nebulizer iii. Spray Chambers: Standard quartz glass type cyclonic type suitable for different kinds of samples. iv. Peristaltic Pump: At least 3 Channels with precise computer controlled pumping of the sample, internal standards and spray chamber drain. v. Injectors: Quartz and PFA injectors suitable for HF medium and other sample environments. COMPLIED/ NOT COMPLIED EXTRA FEATURES 6
8 3. Plasma Ion Source: i. Torch: One glass/quartz torch with small diameter for efficient matrix decomposition and sample ionization. ii. Plasma Gas Control: Should have a minimum of four Active Mass Flow Controllers (AMFC) for Control Plasma, Auxiliary, Nebulizer and Carrier Gases, which will be coupled to the Laser Ablation Microprobe. iii. Computer control of the torch: (a) Torch movement should allow for complete computer-control and auto tunable in x-y-z directions with independent movements in the three directions. (b) Provision for Auto-alignment of the torch after routine maintenance with a reproducibility better than 0.1 mm in x-y-z directions. (c) Option of Manual override provision for the above mentioned movements should also be available. 4. Plasma Radio Frequency Generator: i. RF Generator Frequency: All solid state, digitally driven 27 MHz or 40 MHz ii. RF Power: 750 to 1300 Watts or greater. 5. Torch Configuration: Dual View (both Axial and Radial) 6. Detection Limit: i. < g/l for the elements Mg, Ca, Sr, Be, Li ii. < 0.15 g/l for the elements Mn, Al, Zn, Ti iii. 1 g/l the elements Mo, Fe, V, Ni, Co, Cu, U iv. 7. Ion Detector Assembly i. Type: Charge Injection Detector capable of nondestructive read-out mode for quick random access during long integration periods ii. Spectral Resolution: nm at 200 nm or lesser iii. Spectral Range: 166 nm to 782 nm or greater iv. Polychromator: Echelle-based 7
9 v. 8. Laser Ablation Microprobe: i. Laser Source: Nd:YAG. Internally homogenized for a flat top beam profile, optically attenuated 213 nm laser source having short nanosecond pulse length (<4 ns) to ensure a high irradiance at the sample surface. The frequency should be between 1 and 20 Hz. ii. Beam Delivery System: Aperture Imaged beam delivery system yielding in excess of 25 J cm -2 of energy density at the sample surface. Internal energy monitor displaying energy and energy density at the sample surface. Optical attenuation to yield energy stability of <2% RSD. iii. Autoswitching such that true aperture imaging to enable spot sizes between 4 and 110 micron without change in fluence and in general up to 300 microns. iv. Viewing System: High resolution video microscope with secondary large field of view camera navigation system; this should allow <1 micron optical resolution. v. Lighting System: High intensity, LED based, transmitted, ring and coaxial light source (independently operated). Software controlled polarizers. vi. Ablation Chamber and Stages: Must be a two-volume cell. 100mm high performance sample chamber for analysis and accommodation of large and small sample types. Featuring larger format 100mm high accuracy, high speed computer controlled movement of stage. vii. Gas Handling: Internal gas control including integrated Mass Flow Controller, and capability to add an extra MFC for Helium addition. viii. PC and Software: Integrated control PC and software featuring autofocus, sample image import and bidirectional triggering capability. ix. Installation and Training to be included 8
10 x. 9. Computer System and Software for System Control, Data Acquisition and Analysis. (i) Branded computer (DELL/HP/Samsung) with at least Intel Core i5 Processor with a minimum of 3.2 GHz Processor speed, 8 GB RAM, 500 GB HDD, CD/DVD RW with a separate graphics card that can support multiple displays with preloaded Windows OS. (ii) Another identical Notebook PC and a Colour LaserJet Printer for off-line data processing and printing analytical data sheets/results should be supplied. (iii) The instrument system software shall be based on the Windows operating system. The software shall provide full control of all instrument functions including plasma ignition, gas flows, viewing position, and monitoring of safety interlocks. i. 10. Operational Requirements: i. System should be capable of working with the following power and environmental requirements: a. Single Phase, V, Hz power supply. b. Temperatures in the range of 18 to 30 degrees Centigrade. c. Operational Humidity (non-condensing) of up to 80%. ii. Separate quote for a 20 KVA Uninterrupted Power Supply (UPS) system with 60 min backup, of a standard make with sealed batteries, may be given, as it is part of operational requirement. iii. 11. Accessories i. Autosampler with a capacity of at least 150 vials ii. Sample Introduction system to enhance the sensitivity by 6-10 times iii. Small volume spray chamber iv. Tuning solution 125 ml (10 Nos.) v. Multi-element standards a. 23 multi-element standard of 1000 ppm (2 nos.) b. PGE multi-element standard of 100 ppm (2 nos.) c. REE standard of 1000 ppm (2 nos.) vi. NIST SRM 915a, NIST SRM 987, and Mg metal rod (99.99 %) standard (2 nos. each) vii. NIST610 and NIST612 glass Standard Reference ii. Materials (2 nos. each) should be quoted as standard. 9
11 ADDITIONAL REQUIREMENTS 12. Onsite testing and performance demonstration of the following upon installation: i. Demonstration of short term and long term stability for total wavelength range for two hour measurements in the standard operation mode of the instrument. Standard solutions should be supplied by the vendor towards this. ii. Demonstration of analysis with laser ablation for total wavelength range in standard operation mode. 13. Installation Utilities: Vendor should supply factory fabricated chiller re-circulator of appropriate capacity along with the system. The vendor should also quote Argon and Helium gas regulators, gas purifications system, two Argon gas cylinder manifold, four Argon gas cylinders, one Helium cylinder and exhaust ducting for plasma. 14. Manuals and Diagnostic tools: Full service manuals along with diagnostic tools including interface cards and software, plus any specialized & general mechanical tools (Allen keys, wrenches etc.) required for instrument servicing or repair. The quotation should include a clear statement of all site requirements for installation and operation of the equipment specified. 15. Spares and consumables: Quotation for spares and consumables for 3 years for each instrument and preparation device should be included i.e., the supplier should separately quote for all essential spares and consumable kits which are not covered under warranty for the basic instrument and peripherals, essential for trouble-free performance for at least 3 years. The quotation should include an indication of all consumables required per full batch of samples. 16. Warranty: A 2 year (from the commissioning of the instrument) comprehensive warranty shall be provided and shall include replacement of parts and maintenance calls and the Engineer s visit to NCAOR during emergency. 10
12 17. Training: During the installation of the LA-ICP-OES, appropriate training in handling of the instrument shall be provided to the users. After the installation, training to be provided on the operation & maintenance of the instrument to a group of NCAOR personnel by the factory engineer for about two weeks. 11
13 TERMS AND CONDITIONS FOR SUBMISSION OF QUOTATION ANNEXURE II 1) The National Centre for Antarctic and Ocean Research (NCAOR) invites sealed quotations in two-parts from the reputed firms for the SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES as per the specifications given in Annexure-I. 2) The technical and financial bids should be submitted in two separate sealed covers, super scribing Part I Technical Bid for SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP- OES & RELATED ACCESSORIES, Tender No., due date and Part-II Financial bid for SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES, Tender No., due date. Both the bids should be kept in a single cover by super scribing tender for SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES, sealed and addressed to the Director, National Centre for Antarctic & Ocean Research, Headland-Sada, Vasco-da-Gama, Goa Offer sent through fax will not be accepted. 3) Overwriting and corrections should be attested properly. The bid should be complete in all respects and should be duly signed. Incomplete and unsigned bids will not be considered at all. 4) All relevant technical literature pertain to items quoted with full specifications (Drawing, if any), information about the products quoted, including brochures if any should accompany the quotation. 5) A list of reputed clients to whom the firm has supplied similar items to be furnished alongwith the quotation. In the TECHNICAL BID, the Bidder should furnish the Name and address of the Purchasers placed orders on similar equipment with order No, date, Description and quantity, Date of Supply alongwith Contact person Telephone No, Fax No, and e mail address of Purchaser. The Bidder should enclose copies of Purchase Orders only in the FINANCIAL BID. 6) Quotation should be valid for a period of 120 days from the date of tender opening and the period of delivery required should also be clearly indicated. If the supplier fails to deliver the goods within the time to be agreed upon, for delayed deliveries and for delays in installation (wherever applicable). NCAOR reserves the right to levy liquidated damages at the rate of 0.5% per week or part their of up to maximum of 5%. 12
14 7) The warranty period and the kind of post-warranty support should be indicated. Warranty shall commence from the date of installation and acceptance of the complete equipment supplied under the Purchase Order / Contract. 8) Technical bid should contain EMD. A) Foreign Bidders shall submit EMD along with their tender in the form of a bank guarantee for a sum of US $ 1, (US$ One Thousand Seven Hundred Fifty only) from any reputed bank (scheduled bank in India or foreign bank having operational Branch in India) initially valid for 180 days from the date of closing of the tender as per the proforma enclosed. This bank Guarantee in original shall be submitted along with the technical bid only. B) Indian Bidders shall submit EMD along with their tender, either By DD drawn in favor of NCAOR, on any nationalized bank for a sum of Rs. 1,00,000/- (Rupees One Lakh only) payable at Vasco-da-Gama only or in the form of a bank guarantee for a sum of Rs. 1,00,000/- (Rupees One Lakh only) from any reputed bank (scheduled bank) initially valid for 180 days from the date of closing of the tender as per the proforma enclosed. This bank Guarantee in original shall be submitted along with the technical bid only. Tender without EMD in the envelope containing technical bid shall be summarily rejected. The EMD of unsuccessful bidders shall be returned within 30 days of the award of contract. The earnest money will be liable to be forfeited, if the tenderer withdraws or amends, impairs or derogates from the tender if any respect within the period of validity of his tender. 9) Please specify the Make/Brand and Name of the Manufacturer with address, country of origin and currency in which rates are quoted. 10) The Purchaser requires that the bidders suppliers and contractors observe the highest standard of ethics during the procurement and execution of such contracts. In pursuit of this policy, the following are defined: Corrupt practice means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution: fradulent practice means a misrepresentation or omission of facts in order to influence a procurement process or the execution of contract; 13
15 collusive practice means a scheme or arrangement between two or more bidders, with or without the knowledge of purchaser, designed to establish bid prices at artificial, noncompetitive levels; and coercive practice: means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of contract; The purchaser will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question; The Decision of Director, NCAOR shall be final and binding. 11) Bidders that doesn t manufacture the goods it offers to supply shall submit Manufacturer s Authorization form on the letterhead of the Manufacturer duly signed and stamped by a person with the proper authority to sign documents that are binding on the Manufacturer as per the following format should be submitted failing which the quotation will not be considered. To The Director NCAOR GOA Sub: Manufacturers Authorization form against Tender No: We (Name of the Manufacturer) who are official manufacturers of (Type of goods manufactured) having factories at (full address of Manufacturer s factories) do hereby authorize ( Name of the Bidder) to submit a bid against your Tender No. for the Goods manufactured by us and to subsequently negotiate and sign the contract. We hereby extend our full guarantee and warranty with respect to the Goods offered by the above firm Manufacturer s Name: Signature of Authorized representative of the Manufacturer: 14
16 Duly authorized to sign this Authorization on behalf of : (Name of the Bidder) Date: In case the bidder not doing business within India, shall furnish the certificate to the effect that the bidder is or will be represented by an agent in India equipped and able to carry out the supply, maintenance, repair obligations etc., during the warranty and post warranty period or ensure a mechanism at place for carrying out the supply, maintenance, repair obligations etc., during the warranty and post- warranty period. 12) The order acknowledgement should be from the principals and if the Indian Agent is empowered to quote and to furnish order acknowledgement, a copy of agreement entered by you with the Indian Agent to be furnished. 13) Compliance Statement: Equipments point-by-point comparison/compliance statement with technical specification indicated in the tender, should be enclosed along with your tender as well as any other extra features of the equipment be shown separately therein and also compliance statement for all commercial terms of the tender document. 14) NCAOR is not entitled to issue form C/D. No Sales Tax or any other Tax shall be payable by us unless payment of the same is specifically mentioned by the suppliers in their bids and same is legally leviable. 15) To avail duty concessions i.e. Excise Duty as per Govt. notification 10/97 & Custom Duty as per Govt. notification 51/96, NCAOR will provide exemption certificates. Hence, the rates should be split into basic cost and Excise Duty if any. 16) Technical Bid should contain all details and specifications of the equipment offered, delivery schedule, warranty, payment term, installation, training, post-warranty, user-list, service support WITHOUT PRICE and Financial bid should contain details of the price(s) of the item(s) quoted in the technical bid. The Technical bid should not contain any references to the pricing. In case the technical bid contains any direct or indirect reference to quoted price the bid is liable to be rejected. The Prices shall be quoted in Indian Rupees for offers received for supply within India and in freely convertible foreign currency in case of offers received for supply from foreign countries. 15
17 For Goods manufactured in India: F.O.R GOA price should be indicated. However tender should contain item-wise prices including total ex-works price, Excise Duty, VAT/Taxes, Charges for Inland Transportation, Insurance and other local services required for the delivering the goods on F.O.R GOA. 17) In case of imported stores both FOB and CIF prices upto Indian port of entry namely Goa and for indigenous stores on F.O.R. destination basis should be indicated. However tender should contain item-wise prices including total ex-works price, overall weight & dimensions of the equipment and cost of packing forwarding, approx. cost of air-freight charges for delivery up to Goa, India. 18) A Committee constituted by the Director, NCAOR for the purpose reserves the right to open the bids. Only technical bids will be opened on the date and time mentioned in the tender document. The financial bids of those tenderers whose technical bids are found to be meeting our specifications only will be opened in their presence at date and time to be notified later. 19) The firm to the full satisfaction of the NCAOR should carry out the installation and commissioning at the NCAOR premises and the time-frame for the whole process should be specified in the technical bid. 20) A technical Committee constituted by the Director will assess the product supplied/installed for their quality and their conformity to the specifications provided by the firm in their quotations. Any item(s) identified by the Committee to be not as per the specifications or are found to be of inferior quality will be rejected, and the bills towards the supply will not be processed for payment till proper replacements are provided. 21) No advance payment will be made. Payment for indigenous stores shall be made within 30 days from the date of receipt, acceptance and satisfactory installation of equipment and incase of imported stores by irrevocable letter of credit. The payment will be authorized after submission of a Bank Guarantee for 10% value of the order towards warranty guarantee. The performance Bank Guarantee should be furnished within 15 days from the date of placement of order from a reputed bank (scheduled bank in India or foreign bank operating in India) valid till 60 days after the warranty period. 22) Suppliers should clearly define the mechanisms of post-warranty maintenance or support. Supplier should undertake to support the product for a minimum period of 5 years (postwarranty). Post Warranty, AMC charges for a period of 3 years (annual bases) should also be quoted separately in the financial bid. 16
18 23) If the quoted item needs to be imported then the undertaking needs to be produced from the original supplier stating that Post Warranty support for a minimum period of 7 years will be provided from the original supplier to NCAOR on LC Terms of payment. If payment needs to be made and spares will be supplied on the lowest rate quoted than to any other customer with providing the sales price list to the NCAOR periodically as and when increase/decrease in prices. 24) Two sets of operational, service/troubleshooting manuals and diagrams to be supplied with SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES. 25) The submission of tender shall be deemed to be an admission on the part of the tenderer, had fully acquainted with the specifications, drawings etc. and no claim other than what stated in the tender shall be paid in the event of award of Purchase Order. 26) Expenditure involved towards any extra materials required for labour involved for successful installation of the equipment, if not quoted for, would have to be borne by the tenderer. 27) Acceptance of this tender form and submission of the quote within the stipulated time would be treated as: a) The tenderer has understood all requirements as described in our Tender document. b) Acceptance to provide/establish all the facilities mentioned in our tender without any price escalation, if the tenderer finds it necessary to add any hardware or software or any other materials during implementation. c) Agreeing to execute order to the satisfaction of NCAOR or its authorized representatives within the stipulated time. 28) Training /Installation charges should be clearly indicated including the scope of training. 29) Tender should clearly define the infrastructure facilities required for installation of the equipment. 30) NCAOR will not be liable for any obligation until such time NCAOR has communicated to the successful bidder of its decision to release the Purchase Order. 17
19 31) NCAOR will not be responsible for any postal delays. 32) Bidders shall note that NCAOR will not entertain any correspondence or queries on the status of the offers received against this Tender Invitation. 33) Tenders from Manufacturers/Suppliers/Tenderers whose performance was not satisfactory in respect of quality of supplies and delivery schedules in any organizations, are liable for rejection. The tenders that do not comply with the above criteria and other terms & conditions are liable for rejection. 34) The Director, NCAOR does not bind to accept the lowest quotation and reserves the right to himself, to reject or partly accept any or all the quotations received without assigning any reason. 35) All disputes arising in connection with executing the purchase order will be subject to the Jurisdiction of the Courts in Goa only. 18
20 Sr. No. COMMERCIAL COMPLIANCE STATEMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES. COMMERCIAL SPECIFICATION FOR SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES 1 A list of reputed clients to whom the firm has supplied similar items to be furnished along-with the quotation. 2 In the TECHNICAL BID, the Bidder should furnish the Name and address of the Purchasers placed orders on similar equipment with order No, date, Description and quantity, Date of Supply alongwith Contact person Telephone No, Fax No, and e mail address of Purchaser. 3 The Bidder should enclose copies of Purchase Orders only in the FINANCIAL BID. 4 Quotation should be valid for a period of 120 days from the date of tender opening and the period of delivery required should also be clearly indicated. 5 The warranty period and the kind of post-warranty support should be indicated. Warranty shall commence from the date of installation and acceptance of the complete equipment supplied under the Purchase Order / Contract. 6 Foreign Bidders shall submit EMD along with their tender in the form of a bank guarantee for a sum of US$ 1, (US $ One Thousand Seven Hundred Fifty only) from any reputed bank (scheduled bank in India or foreign bank having operational Branch in India) initially valid for 180 days from the date of closing of the tender as per the proforma enclosed. This bank Guarantee in original shall be submitted along with the technical bid only. 7 Indian Bidders shall submit EMD along with their tender, either By DD drawn in favor of NCAOR, on any nationalized bank for a sum of Rs. 1,00,000/- (Rupees One Lakhe only) payable at Vascoda-Gama only or in the form of a bank guarantee for a sum of Rs. 1,00,000/-(Rupees One Lakhe only) from any reputed bank (scheduled bank) initially valid for 180 days from the date of closing of the tender as per the proforma enclosed. This bank Guarantee in original shall be submitted along with the technical bid only. 8 Tender without EMD in the envelope containing technical bid shall be summarily rejected. The EMD of unsuccessful bidders shall be returned within 30 days of the award of contract. 9 Please specify the Make/Brand and Name of the Manufacturer with address, country of origin and currency in which rates are quoted. 10 The order acknowledgement should be from the principals and if the Indian Agent is empowered to quote and to furnish order acknowledgement, a copy of agreement entered by you with the Indian Agent to be furnished. 11 Compliance Statement: Equipments point-by-point comparison/compliance statement with technical specification indicated in the tender, should be enclosed along with your tender as well as any other extra features of the equipment be shown separately therein and also compliance statement for all commercial terms of the tender document. 12 NCAOR is not entitled to issue form C/D. No Sales Tax or any other Tax shall be payable by us unless payment of the same is specifically mentioned by the suppliers in their bids and same is legally leviable. 13 To avail duty concessions i.e. Excise Duty as per Govt. notification 10/97 & Custom Duty as per Govt. notification 51/96, NCAOR will provide exemption certificates. Hence, the rates should be split into basic cost and Excise Duty if any. 14 Technical Bid should contain all details and specifications of the COMPLIED/ NOT COMPLIED EXTRA FEATURES 19
TENDER ON SUPPLY, INSTALLATION & COMMISSIONING OF LASER ABLATION - INDUCTIVELY COUPLED PLASMA - OPTICAL EMISSION SPECTROMETER (LA-ICP-OES) SYSTEM
Kimden: Kime: Commercial ŞENOL KESKİN; Bilgi: Konu: dcm@indembassy.org.tr; fspi@indembassy.org.tr; warlu62@ncaor.gov.in TENDER ON SUPPLY, INSTALLATION & COMMISSIONING OF LASER ABLATION - INDUCTIVELY COUPLED
TENDER DOCUMENT FOR SUPPLY OF FLOW CYTOMETER
TENDER DOCUMENT FOR SUPPLY OF FLOW CYTOMETER NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH (Ministry of Earth Sciences, Govt. Of India) Headland Sada, Vasco-da-Gama GOA -403 804, INDIA. Tel: 91- (0) 832
From: Embassy of India, Ankara
Kimden: Kime: Bilgi: Konu: Tarih: Ekler: Commercial ŞENOL KESKİN; dcm@indembassy.org.tr; fspi@indembassy.org.tr Supply, Installation, Commissioning & Training of Triaxial System for Rock Properties 17
TENDER DOCUMENT FOR SUPPLY OF MEDICAL EQUIPMENT PORTABLE DIGITAL 300 MA X-RAY MACHINE
TENDER DOCUMENT FOR SUPPLY OF MEDICAL EQUIPMENT PORTABLE DIGITAL 300 MA X-RAY MACHINE NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH (Ministry of Earth Sciences, Govt. Of India) Headland Sada, Vasco-da-Gama
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:
TATA INSTITUTE OF FUNDAMENTAL RESEARCH Homi Bhabha Road, Colaba, Mumbai 400 005. A Deemed University
Homi Bhabha Road, Colaba, Mumbai 400 005. A Deemed University Telephone : +91-22-2278 2890/2886/2887/2595 Email : sgk@tifr.res.in Website : www.tifr.res.in : sheela@tifr.res.in : madhuram@tifr.res.in PUBLIC
Vector Network Analyzer
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
R E Q U E S T F O R Q U O T A T I O N. ENQUIRY NO. NAL/ABP/ EAD/104/2010F January 11, 2011
R E Q U E S T F O R Q U O T A T I O N ENQUIRY NO. NAL/ABP/ EAD/104/2010F January 11, 2011 Web Copy Due Date: 03/02/2011 (4:30 PM-IST) Date of Opening: 04/02/2011 (10:30 AM-IST) Dear Sirs, Please send your
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
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
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
Department of Electronics Engineering School of Engineering and Technology Pondicherry University, Pondicherry
Department of Electronics Engineering School of Engineering and Technology Pondicherry University, Pondicherry 605 014 TENDER NOTICE The Department of Electronics Engineering, Pondicherry University invites
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,
Air Compressor (Scroll type oil free), Dryer and all tubing
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
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
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
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
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
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:
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,
Tender No. IITH/ STORES/MSE/Bhar/2012/134 Date:
Indian Institute of Technology Hyderabad Ordnance Factory Campus, Yeddumailaram 502205 Phone:040-23016018: Fax:040-,23016032 email: drsp@iith.ac.in,stores@iith.ac.in Tender No. IITH/ STORES/MSE/Bhar/2012/134
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
NOTICE INVINTING QUOTATION
Agricultural Produce Marketing Committee (Market of National Importance) (Govt. of NCT of Delhi) Office Complex, NFM Phase-II, Sarai Pipal Thala, Azadpur, Delhi-110033. Ph. (O): 27691602, Fax: 27691762,
Sub.: Request for Quotation of
IIT Indore भ रत य प र ध य ग क स स थ न इ द र स मर ल क म प, ख डव र ड, प ओ स मर ल, इ द र-४५२ ०२०, मध य प रद श Indian Institute of Technology Indore Simrol Campus, Khandwa Road, P.O. Simrol, Indore-452 020,
Annexure A Specifications of Notebook Computer Mobile Intel Core i3 processor GHz, 3 MB L3 Cache,
Processor: Motherboard Memory: Hard Disk Drive: Optical Drive Display Resolution Graphics Speaker Web Camera Networking Ports/Slots Input Device Keyboard Mouse Power Carry case Certifications Operating
No: REC/IT/93/ /631 Date: 30/08/2011
To, Open to all bidders fulfilling pre qualification criteria Subject: Purchase of one Laptop along with preinstalled MS Office and color printer as per the minimum technical specification in the bid document
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
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT. 30.10.2015, 15:00 Hrs (Indian time) 30.10.2015, 16:00 Hrs (Indian time)
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
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
NIT LIMITED NO. NC-415-SCS-P-AMD WORKSTATION & LED DISPLAY
NIT LIMITED NO. NC-415-SCS-P-AMD-15-16 WORKSTATION & LED DISPLAY NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: JATNI, Khurdha-752050 Tender Notice No. NIT Limited NO.NC-415-SCS-P-AMD-15-16
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)
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
DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR 2011-12
Notice No. Form Sl. No. DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR 2011-12 Name: - Address: 1 DETAILED OF TERMS AND CONDITIONS FOR
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
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
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
N.I.T (Limited) 1. LAPTOP (MINI) 2. LASER PRINTER (colour)-multipurpose
N.I.T (Limited) 1. LAPTOP (MINI) 2. LASER PRINTER (colour)-multipurpose NISER/LIMITED/RD-67(IV), RD-80 &NC-206/11-12/------------- Dt. NOTICE INVITING TENDER (LIMITED) Sealed quotations are invited from
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT
INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian
DISTRICT RURAL DEVELOPMENT AGENCY ( EAST SINGHBHUM )
DISTRICT RURAL DEVELOPMENT AGENCY ( EAST SINGHBHUM ) TENDER NOTICE Sealed tenders are invited in two bid system i.e. Technical Bid and Commercial Bid by the undersigned from the manufacturers. In this
SHORT TENDER NOTICE NO. PUR/ /104
YASHWANTRAO CHAVAN MAHARASHTRA OPEN UNIVERSITY Dnyangangotri, Near Gangapur Dam, Nashik - 422 222 Phone : 2231714, 2231715, 2230227, FAX : 2231716, Website : http://ycmou.digitaluniversity.ac Tender for
Bhadarwah Campus University of Jammu
BHADARWAH CAMPUS, Bhadarwah Ph. No 01997-244306, 244308 Notice Inviting Tenders Supply & Installation of Video Conferencing Equipment and Projector Rector, Bhadarwah Campus, Bhadarwah invites sealed quotations
Tender No : T-01/15-16
1 ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) Electrical Divn/Chennai-Operation 5/346, Old Mahabalipuram Road, Perungudi, CHENNAI : 600 096 Telephone : 24960595 (5 Lines) E-mail
Tender. for. Supply & Installation of Portable Electrochemical Workstation. Indian Institute of Technology Jodhpur
Tender for Supply & Installation of Portable Electrochemical Workstation at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BIO/RD/1/1(I)/2015-16/28 NIT Issue Date : 17 August 2015 Last Date
Tender Title : LOAD TESTING OF STARTER GENERATORS
Type of Organisation : SERVICE PROVIDER (AVIATION INDUSTRY) Tender Title : LOAD TESTING OF STARTER GENERATORS Tender Ref. No. : 1314/PHL/WR/MAT/LP/TE-044 Product Category : AMC Sub Category : Tender Value
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
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
NIT LIMITED NO. NC PHY FOUR PROBE METHOD
NIT LIMITED NO. NC-000056-PHY-16-17 NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050 Tender Notice No. NIT Limited NO. NC-000056-PHY-16-17
Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department
Bidding Documents For Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU Education & Literacy Department (FINANCIAL PROPOSAL) [F:PPRA BOOK (Azeem1)] Page 1 Part
Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh
From Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh To Memo No. PEC/CSE/2014/ Dated: Chandigarh the: Subject: project. Quotations for purchase of Macbook
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
(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,
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,
USB 2.0 USB Key Board and Mouse. 4. UPS APC/Liebert 600 VA Offine UPS (for Desktop Computers only)
41, Chowringhee Road, Kolkata - 700071 E-mail: hooghlyprint@dataone.in NIT NO. 10/2015-16 Dated 11.12.2015 Hooghly Printing Co. Ltd. (HPC) invites offers in sealed cover from eligible Bidders i.e. Original
NIT LIMITED NO. RD-NC LAPTOP, PROJECTOR & PROJECTOR SCREEN
NIT LIMITED NO. RD-NC-08-14-15 LAPTOP, PROJECTOR & PROJECTOR SCREEN NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH INSTITUTE OF PHYSICS CAMPUS, P.O.: SAINIK SCHOOL, BHUBANESWAR-751 005 Tender Notice
INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR 721 302, INDIA
INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR 721 302, INDIA No. : IIT/SOWR/DJS/2015-16/06 Date : 10 02-2016 Sub: Procurement of Equipment Indian Institute of Technology Kharagpur, an Institute of National
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
Dated 14 July, 2015. Director (A&F) NHIDCL
National Highways & Infrastructure Development Corporation Ltd. (A Public Sector Undertaking in the Ministry of Road Transport and Highways, Govt. of India) 3 rd Floor, PTI Building, 4 - Parliament Street,
Tender No: NEDA/Comp/ RMS/2015-16 Dated: 03/11/2015
Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA) (Deptt. of Additional Sources of Energy, Govt. of U.P.) Vibhuti Khand, Gomti Nagar, Lucknow, U. P. Tender No: NEDA/Comp/ RMS/25-16 Dated:
School of Open Learning University of Delhi
School of Open Learning University of Delhi LIMITED TENDER FOR CONFIGURATION & MAINTENANCE OF ORACLE RAC SERVICES Tender No. Dated: Cost: Rs.500/- Submission of tender 25/06/2015 (extended date) Limited
The Cotton Corporation of India Ltd. (भ रत सरक र क उपक रम) ( A Govt. of India Undertaking ) Veer Sawarkar Chowk, शह न रव ड र ड, सम र ट नगर,
भ रत य कप स नगम ल मट ड The Cotton Corporation of India Ltd. (भ रत सरक र क उपक रम) ( A Govt. of India Undertaking ) च द रम ल ब ड ग ल ट न बर, 27 Chandramauli Building, Plot No.27, व र स वरकर च क, Veer Sawarkar
Page 1 of 6 RE-TENDER NOTICE FOR SUPPLY OF TOWELS
Page 1 of 6 RE-TENDER NOTICE FOR SUPPLY OF TOWELS Medical Superintendent invites sealed tender from reputed firms / Government Agencies for supply of Good Quality Towels as under: - Sr. No. Description
No.NU/Interim Camp/ Date:
No.NU/Interim Camp/ Date: 13.07.2016 To Sub: Limited Tender Enquiry is invited for Quotation of providing and installing 7.5 KVA Online UPS for SEES lab at Interim Campus of Nalanda University. Dear Sir(s),
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
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
OFFICE OF THE DEAN COLLEGE OF VETERINARY SCIENCES & ANIMAL HUSBANDRY CENTRAL AGRICULTURAL UNIVERSITY SELESIH,AIZAWL, MIZORAM 796 014
OFFICE OF THE DEAN COLLEGE OF VETERINARY SCIENCES & ANIMAL HUSBANDRY CENTRAL AGRICULTURAL UNIVERSITY SELESIH,AIZAWL, MIZORAM 796 014 QUOTATION FOR SCIENTIFIC EQUIPMENTS Selesih, the 6 th December, 2014
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS Bureau of Indian Standards (BIS), the National standards body of India, working under the aegis of Ministry of Consumer Affairs and Public Distribution,
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
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.
TENDER FOR SUPPLY OF RACK SERVER FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI
TENDER FOR SUPPLY OF RACK SERVER FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI-110020 (Tender no. IIITD/S&P/18/2016-17) 1 INVITIATION FOR BIDS 1. Indraprastha Institute of Information
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)
Notice Inviting Tenders. For
An Autonomous Scientific Society of Department of Electronics and Information Technology, Ministry of Communications & Information Technology, Government of India Sub Centre Leh, Skalzangling Leh Ladakh
UNIVERSITY OF KALYANI INVITATION FOR TENDER DOCUMENTS FOR THE ANNUAL MAINTENANCE CONTRACT OF PHOTOCOPIER MACHINE FOR THE YEAR 2007-08
UNIVERSITY OF KALYANI INVITATION FOR TENDER DOCUMENTS FOR THE ANNUAL MAINTENANCE CONTRACT OF PHOTOCOPIER MACHINE FOR THE YEAR 2007-08 Brief Tender Notice(as in news paper): Sealed tenders are being invited
TECHNOLOGY STUDENTS GYMKHANAINDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR 721 302, INDIA. No.IIT/TSG/ENQ/2015-16/RLM-01 Date: 14.12.
TECHNOLOGY STUDENTS GYMKHANAINDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR 721 302, INDIA No.IIT/TSG/ENQ/2015-16/RLM-01 Date: 14.12.2015 Sub: Procurement of Equipment Ride on Lawn Mower Indian Institute of Technology
NIT LIMITED NO. NC-204(A)-SCS-PLAN ADVANCE MATERIAL-SN NITROGEN GAS CYLINDER & REGULATOR
NIT LIMITED NO. NC-204(A)-SCS-PLAN ADVANCE MATERIAL-SN-14-15 NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH INSTITUTE OF PHYSICS CAMPUS, P.O.: SAINIK SCHOOL, BHUBANESWAR-751 005 Tender Notice No. NIT
Request for Quotation for Supply of Goods. [Supply of Server Based Anti-Virus Software]
Request for Quotation for Supply of Goods [Supply of Server Based Anti-Virus Software] i ROYAL GOVERNMENT OF BHUTAN MINISTRY OF FINANCE TASHICHHO DZONG Invitation for Quotation (IFQ) Date:8 th September,
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.
TENDER DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER
TENDER DOCUMENT For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER Rs. 200/- THE PUNJAB STATE BOARD OF TECHNICAL EDUCATION AND INDUSTRIAL TRAINING 23/08/2010 CONDITIONS GOVERNING THE TENDER For suppy of
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
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
2. The Earnest Money Deposit (EMD) of Rs. 50,000/- (Rupees Fifty thousand only) in
No. 47011/12/2014-IT (VC) Government of India Ministry of Chemicals & Fertilizers Department of Pharmaceuticals ****** Shastri Bhawan, New Delhi, Dated the 3 rd March, 2015 Subject- Tender for Procurement
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@
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
Procurement of Jet Cleaning Machine & Vacuum Cleaner for Chief Warden Office (For Contracts value estimated to cost less than Rs.
No. 1041/SPO/Chief warden office/jet Cleaning Machine & Vacuum Cleaner/2010 Date: 03.01.2011 Tender Cost Rs. 200/- MOTILAL NEHRU NATIONAL INSTITUTE OF TECHNOLOGY (An Institute of National Importance declared
NOTICE INVITING e-tender
REGIONAL CANCER CENTRE Fax: +91 471 2447454 MEDICAL COLLEGE CAMPUS Phone: +91 471 2442541 THIRUVANANTHAPURAM-695 011 website: www.rcctvm.org KERALA STATE E-mail: webmaster@rcctvm.gov.in NOTICE INVITING
INVITATION FOR TENDER AND INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS
INVITATION FOR TENDER AND INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS Proposal for SERC Network Accessible Storage Tender No. SERC/2015/05 dt.29.1.2016 Supercomputer Education and Research Centre
Multi-elemental determination of gasoline using Agilent 5100 ICP-OES with oxygen injection and a temperature controlled spray chamber
Multi-elemental determination of gasoline using Agilent 5100 ICP-OES with oxygen injection and a temperature controlled spray chamber Application note Energy & chemicals, petrochemicals Authors Elizabeth
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.
ICWA/IT/AMC/872/21/2013 Dated: 5-08-2013 NOTICE INVITING TENDER
ICWA/IT/AMC/872/21/2013 Dated: 5-08-2013 NOTICE INVITING TENDER Subject: Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Indian Council of World Affairs Sealed
Tender Notice. No. SIC/DPU/20 / E-Learning/Video Conferencing / Webcasting
Tender Notice No. SIC/DPU/20 / E-Learning/Video Conferencing / Webcasting Sealed Quotations are invited in the prescribed format for Setting up of Video Conferencing/Webcasting Facility in NSIC The Quotations
TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana
TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for
Q/Comp/885/09/2013 Ministry of External Affairs EG&IT Division TENDER NOTICE
Q/Comp/885/09/2013 Ministry of External Affairs EG&IT Division TENDER NOTICE Subject: Invitation of competitive bids for supply of printer cartridges to Ministry of External Affairs. 1. Sealed competitive
GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh
GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh PhoneNo.: (0755)2576839 Fax No. (0755)2576840 Portal: www.gwpbpl.org. Tender for One Time Purchase for Perpetual Access of e-books/
Enquiry Closing Date : 23.03.2015 on or before 3.00 PM Enquiry Opening Date : 23.03.2015 after 3.00 PM
1 THE SINGARENI COLLIERIES COMPANY LIMITED (A Government Company) PURCHASE DEPARTMENT, 1 st FLOOR SINGARENI BHAVAN, RED HILLS, KHAIRATABAD POST HYDERABAD-500004 Email id: pd_hyd@scclmines.com Tel No.040-23316964
STATE BANK OF MYSORE Region-2 Bangalore Zone-1
l STATE BANK OF MYSORE Region-2 Bangalore Zone-1 LC ROAD BRANCH, BANGALORE BRANCH REDESIGN Tender for procurement of following works (1) Supply of Chairs TENDER ISSUED TO: M/S. ISSUE OF TENDERS : FROM
Notice Limited Tender Enquiry / Notice Inviting Quotations. No.NIQ- / / /JMI/2013 Date:-
JAMIA MILLIA ISLAMIA Jamia Nagar, New Delhi-110 025 Ph: 011-26982759 Notice Limited Tender Enquiry / Notice Inviting Quotations No.NIQ- / / /JMI/2013 Date:- Sealed quotations are invited from reputed companies/authorised
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"
e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16
U.T. ADMINISTRATION OF DAMAN & DIU O/o THE ASSISTANT DIRECTOR OF EDUCATION / DISTRICT PROJECT OFFICER, SARVA SHIKSHA ABHIYAN MISSION, DISTRICT PANCHAYAT, DHOLAR, MOTI DAMAN 396 220. Tender Notice No. ADE/EE/SSA/Biometrics/2015-16/617
Association of State Road Transport Undertakings ASRTU Bhawan, Plot No. 4A PSP Block, Pocket 14, Sector 8 Dwarka, Delhi
Notice Inviting Tender for Renting out ASRTU Vijaya Building Office Space 1) Date of Issue : 20.06.2016 2) Last Date & time for submission of Tender Document 3) Last date for pre bid clarification : up