E-Procurement Tender Notification No. PRL/PURCHASE/GT-07/15-16 Dated
|
|
|
- Justina McDowell
- 10 years ago
- Views:
Transcription
1 Tender Details Tender No: PRL/PURCHASE/2015E Tender Date: 18/01/2016 Purchase Entity: Physical Research Laboratory Tender Notice PHYSICAL RESEARCH LABORATORY (PRL) A Unit of Dept. of Space, Govt. of India Navarangpura, Ahmedabad , (Gujarat), INDIA. Tel : /4112, FAX : [email protected], Web : INVITATION FOR BIDS E-Procurement Tender Notification No. PRL/PURCHASE/GT-07/15-16 Dated Tender No: PRL/PURCHASE/2015E
2 The Director, Physical Research Laboratory, Ahmedabad invites bids in Two parts i.e. (Part I Technical Bid and Part-II Price bid) for the supply, installation, testing and commissioning of item/equipment listed below : Sl.No 01 E-Procurement File No. PRL/PURCHASE/2015E Description of items/ equipment Black Carbon Mass and Size Monitor Quantity 3 Nos. Earnest Money Deposit (EMD) in INR* Rs.13,50,000 ( Rupees Thirteen Lacs Fifty Thousand only) *Foreign bidders can submit EMD in equivalent foreign currency also. Tender No: PRL/PURCHASE/2015E
3 Interested Bidders may obtain further information including Technical Specifications, Tender Documents, Submission Forms and all other relevant information with terms and Conditions of bidding from our website and under link Administration/Tenders and Tender/Notices respectively. There is no fee for Tender Document/s. On line bid submission : The interested bidders must submit their offer on Line by registering their firms under E-procurement within the Due date and time. The concerned Web link for E-Procurement is For vendor registration supplier has to have digital certificate and non public domain id. This is a two stage process. After submission of bid, bidder has to give open authorization also. Digital Certificate is to be used at every stage of Submission i.e. Open authorization and Opening of the Bids. Accordingly interested bidders are requested to visit the above web link and read the instructions carefully to ensure that the bids are submitted correctly and open authorization is confirmed at appropriate time. Bids of those bidders who have completed above two steps will only be opened. Please note that time slot for various activities for E-Procurement is to be followed rigidly. For any problem during the process of bidding online, bidders may contact help line as mentioned on E procurement website i.e. at during working hours as per Indian standard time. Tender No: PRL/PURCHASE/2015E
4 Suppliers have to submit an Earnest Money Deposit (EMD) as mentioned above in the form of Demand Draft in favor of Physical Research Laboratory, Ahmedabad payable at Ahmedabad. Bids without EMD would NOT be considered. This envelope containing an EMD should be sent to Purchase Officer, Purchase Section, Physical Research Laboratory, Navrangpura, Ahmedabad, Gujarat, India, PIN only. Suppliers are NOT required to submit hard copy of bids. Schedule of tendering : Last date for online bid submission : :00 hrs ( IST) Last date for online open Authorisation : :00 hrs ( IST) Last date for submission of EMD : :00 hrs ( IST) Date and time for Technical bid opening : :00 hrs ( IST) Supplier can attend Technical Bid Opening with prior intimation. The Price Bids of only those technically qualified bidders will be opened for which Date and Time will be informed separately. In the event of the date specified for EMD receipt and bid opening being declared as a closed holiday for purchasers office, the due date for submission of EMD and bid opening will be the following working day at the appointed time. The Director, PRL, Ahmedabad reserves the right to accept any or all tenders either in part or in full or to split the order without assigning any reasons thereof. The Director, PRL also reserves the right to reject any bid and annul the bidding process at any time prior to award of contract, without assigning any reasons and there by incurring any liability to the affected bidder or bidders. Tender No: PRL/PURCHASE/2015E
5 Soft copy of Tender Terms are also uploaded in pdf format on our website. Registrar, PRL Tender No: PRL/PURCHASE/2015E
6 Tender Attachments Instructions to Tenderers (PT).: INDEX CHAPTER CONTENT 1.Instructions to Bidders 2.Conditions of Contract 3.Schedule of Requirement 4.Specifications and Allied Technical Details 5.Price Schedule Forms 6.Qualification Requirements 7.Other Forms to be enclosed with Tech. Bid CHAPTER 1 Tender No: PRL/PURCHASE/2015E
7 INSTRUCTIONS TO BIDDERS Table of Contents Sl. No. Contents 1.1 Eligible Bidders 1.2Cost of Bidding 1.3Fraud and Corruption 1.4 Cost of Bidding Documents 1.5Content of Bidding Documents 1.6 Clarification of bidding documents 1.7 Amendment of Bidding Documents 1.8Language of Bid 1.9 Documents Comprising the Bid 1.10 Bid form and price schedule 1.11 Bid Prices 1.12 Bid Currencies 1.13 Documents Establishing Bidders Eligibility and Qualifications Documents Establishing Goods Eligibility And Conformity to Bidding Documents 1.15 Bid Security 1.16Period of Validity of Bids 1.17 Format and Signing of Bid 1.18 Submission, Sealing and Marking of Bids Tender No: PRL/PURCHASE/2015E
8 1.19 Deadline for Submission of Bids 1.20 Late Bids 1.21 Withdrawal, substitution and Modification of Bids 1.22 Opening of Bids by the Purchaser 1.23 Confidentiality 1.24 Clarification of Bids 1.25Preliminary Examination 1.26Responsiveness of Bids 1.27Non-Conformity, Error and Omission 1.28Examination of Terms & Conditions, Technical Evaluation 1.29Conversion to Single Currency 1.30 Evaluation and Comparison of bids 1.31 Comparison of Bids 1.32 Contacting the Purchaser 1.33 Post qualification 1.34 Negotiations 1.35 Award Criteria 1.36 Purchasers right to vary Quantities at Time of Award 1.37Purchasers right to accept any Bid and to reject Bids 1.38Notification of Award 1.39 Signing of Contract 1.40 Order Acceptance 1.41Performance Security Tender No: PRL/PURCHASE/2015E
9 Introduction 1.1. Eligible Bidders 1.1.1This Invitation for Bids is open to all suppliers Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation of Bids Against this tender either the Indian agent on behalf of the principal / OEM or the principal / OEM itself can bid. But both can not bid simultaneously for the same item / product in the same tender. If an agent submits bid on behalf of principal / OEM, the same agent shall not submit a bid on behalf of another principal / OEM in the same tender for the same item / product. 1.2Cost of Bidding 1.2.1The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser, will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 1.3Fraud and corruption 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: Tender No: PRL/PURCHASE/2015E
10 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; Fraudulent practice means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract; Collusive practice means a scheme or arrangement between two or more bidders, with or without the knowledge of the 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 a 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 Bidding Documents 1.4Bidding Documents Interested eligible bidders may download the bidding Document from and under link Administration/Tenders Tender Notices respectively as indicated in the Invitation for Bids/NIT free of cost as indicated in the invitation for bids/nit. 1.5Content of Bidding Documents Tender No: PRL/PURCHASE/2015E
11 1.5.1 The goods required, bidding procedures and contract terms are prescribed in the bidding documents which should be read in conjunction. The bidding documents, apart from the invitation for bids have been divided into 8 chapters as under: Chapter 1 :Instructions to Bidder (ITB) Chapter 2:General Conditions of Contract (GCC) and Special Conditions of Contract (SCC) Chapter 3 :Schedule of Requirements Chapter 4: Specifications and Allied Technical Details Chapter 5 : Price Schedule Forms Chapter 6 : Qualification requirements Chapter 7 : Other Standard Forms The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid. 1.6Clarification of bidding documents 1.6.1A prospective Bidder requiring any clarification of the Biding Documents shall contact the Purchaser in writing at the Purchasers address specified in the Special Conditions of Contract (SCC), latest by the date specified in the Invitation for Bids / NIT. Should the Purchaser deem it necessary to amend the Bidding Documents as a result of a clarification, it shall do so following the procedure under Clause relating to amendment of Bidding Documents and Clause relating to Deadline for Submission of Bids. The clarifications and amendments issued would also be hosted on the website of the Purchaser for the benefit of the other prospective bidders. 1.7Amendment of Bidding Documents Tender No: PRL/PURCHASE/2015E
12 1.7.1At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment as enumerated in Instructions to the Bidders. The same would also be hosted on the website of the Purchase and all prospective bidders are expected to surf the website before submitting their bids to take cognizance of the amendments In order to allow prospective bidders reasonable Time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids and host the changes on the website of the Purchaser. PREPARATION OF BIDS 1.8. Language of Bid The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in English language only especially when the details are technical. However, if PRL desires, the details may be sought in Hindi also as per Rajbhasha Adhiniyam The bidder shall bear all costs of translation, if any, to the required language and bear all risks of the accuracy of such translation, for documents submitted Documents Comprising the Bid Supplier has to submit only online bids. Tender No: PRL/PURCHASE/2015E
13 1.10. Bid form and price schedule The bidder shall complete the Bid Form and the appropriate price schedule form furnished in the bidding documents. These forms must be completed without any alterations to its format and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested. The Bid Form and the appropriate Price Schedule form shall be submitted in accordance with Clause 1.18 of the bidding documents Bid Prices The Bidder shall indicate on the appropriate price schedule form, the Unit prices and total bid prices of the goods it proposes to supply under the contract. Bidders should confirm that the price quoted is the lowest export price applied to scientific and educational institute in India.It is mandatory for suppliers to quote for all optional items separately wherever asked for. Based on availability of budget user may decide whether to be ordered or not Prices indicated on the price-schedule form shall be entered separately in the following manner: (a) For Goods manufactured within India (i) The price of the goods quoted Ex-works including taxes already paid. (ii) VAT and other taxes like Excise Duty etc. which will be payable on the goods if the contract is awarded. (iii)the charges for inland transportation and other local services required for delivering the goods at the desired destination as specified in the price schedule form. (iv)the installation, commissioning, Comprehensive Annual maintenance contract, power, cooling and training charges including any incidental services etc; if any. Tender No: PRL/PURCHASE/2015E
14 (v)prl does not issue C / D form. (vi)prl is exempted from payment of excise duty under Government of India Notification no. 10/97 Central Excise as amended by Notification no. 16/ Central Excise dtd (b) For Goods manufactured abroad (i) The price of the goods, quoted on FCA (named place of delivery abroad) or FOB (named port of shipment), as specified in the price schedule form. (ii) The charges for transportation of the goods to the port/place of destination. (iii) The agency commission charges, if any. (iv) The installation, commissioning, Comprehensive Annual maintenance contract, power, cooling and training charges including any incidental services, if any The terms FOB, FCA, CIF, CIP etc shall be governed by the rules prescribed in the current edition of the Incoterms published by the International Chambers of Commerce, Paris Where there is no mention of packing, forwarding, freight (for local consignments), taxes etc. such offer shall be rejected as incomplete The price quoted shall remain fixed during the contract period and shall not vary on any account All lots and items must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed but not priced, their prices shall be assumed to be included in the prices of other items. Lots or items not listed in the Price Schedule shall be assumed to be not included in the bid This Institute (PRL) is exempted from payment of Customs Duty as per notification No.51/96 Customs. However from 1st March 2002 the Government of India has imposed an advalorem Customs Tender No: PRL/PURCHASE/2015E
15 Duty up to 5% vide Notification 24/2002 Customs on all imports covered under Notification No.51/96 as amended by notification no. 24/2007 Customs dtd Accordingly Certificate will be issued from PRL. Bidders are requested to take into account this at the time of submitting the bids PRL does not issue C / D form. Note:All payments due under the contract shall be paid after deduction of statutory levies at source (like ESIC, IT, etc.), wherever applicable Bid Currencies Prices shall be quoted in Indian National Rupees (INR) for offers received for supply within India and in freely convertible foreign currency in case of offers received for supply from foreign countries Documents Establishing Bidders Eligibility and qualifications The bidder shall furnish, as part of its bid, documents establishing the bidders eligibility to bid and its qualification to perform the contract if its bid is accepted The documentary evidence of the bidders qualification to perform the contract if the bid is accepted shall establish to the purchasers satisfaction that; (a) The bidder meets the qualification criteria listed in bidding documents, if any. (b) Bidder who doesnt manufacture the goods it offers to supply shall submit Manufacturers Authorization Certificate to demonstrate that it has been duly authorized by the manufacturer of the goods to quote and/or supply the goods. (c) In case a bidder not doing business within India, it 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, Tender No: PRL/PURCHASE/2015E
16 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 Unconditional Bid: Any Conditional Bids/tenders prescribing/ stipulating/overriding the terms and Conditions mentioned in this Tender Document are not acceptable to PRL. Hence, such tenders are liable to Rejection Documents Establishing Goods Eligibility and Conformity to Bidding Documents To establish the goods eligibility, the documentary evidence of the goods and services eligibility shall consist of a statement on the Country of origin of the goods and services offered which shall be confirmed by a certificate of origin at the time of shipment To establish the conformity of the goods and services to the specifications and schedule of requirements of the bidding document, the documentary evidence of conformity of the goods and services to the bidding documents may be in the form of literature, drawings and data, and shall consist of : (a) A detailed description of the essential Technical Write up and performance characteristics of the goods; (b) A list giving full particulars, including available sources and current prices, of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods during the warranty period following commencement of the use of the goods by the Purchaser in the Price bid ; and (c) An item-by-item commentary on the Purchasers Technical Specifications demonstrating substantial responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications. Tender No: PRL/PURCHASE/2015E
17 For purposes of the commentary to be furnished pursuant to above, the Bidder shall note that standards for Workmanship, Material and equipment, designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute these in its bid, provided that it demonstrates to the Purchasers satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications Bid Security The Bidder shall furnish, as part of its bid, a Bid security (BS) or Earnest Money Deposit (EMD) for an amount as specified in the Invitation for Bids. In the case of foreign bidders, the BS shall be submitted either by the principal or by the Indian agent and in the case of indigenous bidders; the BS shall be submitted by the manufacturer or their specifically authorized dealer/bidder The bid security is required to protect the Purchaser against the risk of Bidders conduct, which would warrant the security forfeiture The bid security shall be in Indian Rupees for offers received for supply within India and denominated in the currency of the bid or in any freely convertible foreign exchange in the case of offers received for supplies from foreign countries in equivalent Indian Rupees. The bid security shall be in one of the following forms at the bidders option: (a) A Bankers cheque or demand draft as the case may be in favor of Physical Research Laboratory, Ahmedabad payable at Ahmedabad issued by any Nationalized/Scheduled Indian bank The bid security shall be payable promptly along with the Bid as per the NIT and relevant clauses of this tender Document The bid security should be submitted in its original form. Copies of DD/Bankers Cheque shall not be accepted. Tender No: PRL/PURCHASE/2015E
18 The bid security of unsuccessful bidder will be discharged / returned after finalizing award of the contract / placement of purchase orders The successful Bidders bid security will be discharged upon the Bidder furnishing the performance security, without any interest. Alternatively, the BS could also be adjusted against PS, on written request from the Bidder at the time of placing Purchase order/finalizing the Contract As per NSIC instructions, as this is a Global Tender, EMD / BID SECURITY exemption is NOT ALLOWED for firms registered with NSIC The bid security may be forfeited: (a)if a Bidder withdraws or amends or modifies or impairs or derogates its bid during the period of bid validity specified by the Bidder on the Bid Form; or (b) In case of a successful Bidder, if the Bidder fails to furnish order acceptance within 15 days of the order or fails to sign the contract within 21 days from the date of contract/ order Period of Validity of Bids Bids shall remain valid for minimum of 120 days after the date of bid opening prescribed by the Purchaser In exceptional circumstances, the Purchaser may solicit the Bidders consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. A Bidder granting the request for extension will not be required nor permitted to modify its bid Bid evaluation will be based on the bid prices without taking into consideration the above corrections. Tender No: PRL/PURCHASE/2015E
19 1.17. Format and Signing of Bid The bids may be submitted in two parts as specified in the Invitation for Bids In case the bids are invited on two-bid system, the Bidder shall submit the bids in two separate parts. One part shall contain Technical bid comprising all documents listed under clause relating to Documents Comprising the Bid excepting bid form and price schedules. The other part shall contain the priced-bid comprising bid form and price schedules Suppliers are NOT required to submit hard copy of bid Any interlineations, erasures or overwriting shall be valid only if they are initialed by the persons or persons signing the bid with stamp. Submission and sealing of Bids 1.18.Submission, Sealing and Marking of Bids The bidders must submit their Bids on Line through E-procurement mode only NIL Tender No: PRL/PURCHASE/2015E
20 (a) NIL. (b) NIL NIL 1.19.Deadline for Submission of Bids Supplier has to submit bid as per the schedule given in tender document / e procurement website. Any delay / loss in transit for submitting the EMD will not be entertained The Purchaser may, at its discretion, extend the deadline for submission of bids by amending the bid documents in accordance with Clause relating to Amendment of Bidding Documents in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended Late Bids Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser will be rejected Such tenders shall be marked as late and not be considered. They shall not be returned to the bidders. Tender No: PRL/PURCHASE/2015E
21 1.21. Withdrawal of Bids A Bidder may withdraw its Bid after it has been submitted by sending a written notice in accordance with ITB duly signed by an authorized representative. The same can be treated invalid, if the bidder does not authorize (fails to give open authorization) to Open Online at requisite Date and Time in E-Procurement mode. No bid may be withdrawn, in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Form or any extension thereof. Opening and Evaluation of Bids 1.22 Opening of Bids by the Purchaser The Purchaser will open all bids one at a time in the presence of bidders' authorized representatives who choose to attend, as per the schedule given in invitation for bids. The Bidders' representatives who are present shall sign the quotation opening sheet evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bidders would be informed the next date and time of Tender Opening. The Financial bid shall be opened only after Technical evaluation NIL The bidders names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of requisite bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bid(s). The contents of the bid forms and price schedules would however be announced only at the time of opening of Price-bids in the case of two-bid system. Tender No: PRL/PURCHASE/2015E
22 Bids that are received late shall not be considered further for evaluation, irrespective of the circumstances Bidders interested in participating in the bid opening process, should depute their representatives along with an authority letter to be submitted to the purchaser at the time of bid opening Confidentiality Information relating to the examination, evaluation, comparison, and post qualification of bids, and recommendation of contract award, shall not be disclosed to bidders or any other persons not officially concerned with such process until the Purchase Order is released Any effort by a Bidder to influence the Purchaser in the examination, evaluation, comparison and post qualification of the bids or contract award decisions may result in the rejection of its Bid Clarification of Bids To assist in the examination, evaluation, comparison and post qualification of the bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted. However, no negotiation shall be held except with the lowest bidder, at the discretion of the purchaser. Any clarification submitted by a bidder in respect to its bid which is not in response to a request by the purchaser shall not be considered Preliminary Examination The Purchaser shall examine the bids to confirm that all documents and technical documentation requested in ITB Clause 1.9 have been provided, and to determine the completeness of each document submitted. Tender No: PRL/PURCHASE/2015E
23 The Purchaser shall confirm that the following documents and information have been provided in the Bid. If any of these documents or information is missing, the offer shall be rejected. (a) Bid Form and Price Schedule, in accordance with ITB Clauses. (b) All the tenders received will first be scrutinized to see whether the tenders meet the basic requirements as incorporated in the tender enquiry document. The tenders, who do not meet the basic requirements, are to be treated as unresponsive and ignored. The following are some of the important points, for which a tender may be declared as unresponsive and to be ignored, during the initial scrutiny: (i) The Bid is unsigned. (ii) The Bidder is not eligible. (iii) The Bidder has quoted for goods manufactured by a different firm without the required authority letter from the proposed manufacturer. (iv) Bidder has not agreed to give the required performance security (v) The goods quoted are sub-standard, not meeting the required specification, etc.. (vi)against the schedule of Requirement (incorporated in the tender enquiry), the tenderer has not quoted for the entire requirement as specified in that schedule. (vii) The tenderer has not agreed to any essential condition(s) incorporated in the tender enquiry Responsiveness of Bids Prior to the detailed evaluation, the purchaser will determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, a substantive responsive bid is one, which conforms to all terms and condition of the bidding documents without material deviations, reservations or omissions. A material deviation, reservation or omission is one that: (a)affects in any substantial way the scope, quality, orperformance of the Goods and Related Services specified in the Contract; or Tender No: PRL/PURCHASE/2015E
24 (b) limits in any substantial way, inconsistent with the Bidding Documents, the Purchasers rights or the Bidders obligations under the Contract; or (c) if rectified, would unfairly affect the competitive position of other bidders presenting substantially responsive bids The purchasers determination of a bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation or omission. 1.27Non-Conformity, Error and Omission Provided that a Bid is substantially responsive, the Purchaser maywaive any nonconformities or omissions in the Bid that do not constitute a material deviation Provided that a bid is substantially responsive, the Purchaser mayrequest that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis: (a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected; Tender No: PRL/PURCHASE/2015E
25 (b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and (c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above Provided that a bid is substantially responsive, the purchaser mayrequest that a bidder may confirm the correctness of arithmetic errors as done by the purchaser within a target date. In case, no reply is received then the bid submitted shall be ignored and its Bid Security may be forfeited. 1.28Examination of Terms & Conditions, Technical Evaluation The Purchaser shall examine the Bid to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clause 1.14, to confirm that all requirements specified in Schedule of Requirements of the Bidding Documents have been met without any material deviation or reservation If, after the examination of the terms and conditions and the technical evaluation, the Purchaser determines that the Bid is not substantially responsive in accordance with ITB Clauses, it shall reject the Bid. 1.29Conversion to Single Currency To facilitate evaluation and comparison, the Purchaser may convert all bid prices expressed in the amounts in various currencies in which the bid prices are payable to Indian Rupees. 1.30Evaluation and comparison of bids Tender No: PRL/PURCHASE/2015E
26 The Purchaser shall evaluate each bid that has been determined, up to this stage of the evaluation, to be substantially responsive To evaluate a Bid, the Purchaser shall only use all the factors, methodologies and criteria defined below. No other criteria or methodology shall be permitted The bids shall be evaluated on the basis of final landing cost which shall be arrived as under: For goods manufactured in India (i) The price of the goods quoted ex-works including all taxes already paid. (ii) VAT and other taxes like excise duty etc. which will be payable on the goods if the contract is awarded. (iii) Charges for inland transportation and other local services required for delivering the goods at the desired destination. For goods manufactured abroad (i) The price of the goods, quoted on FCA (named place of delivery abroad) or FOB (named port of shipment), as specified in the bidding document. (ii) The charges for transportation of the goods to the port/place of destination. Tender No: PRL/PURCHASE/2015E
27 (iii) The agency commission etc., if any. The comparison between the indigenous and the foreign offers shall be made on FOR destination basis and DDP-PRL, Ahmedabad including safe Unloading basis. The customs duty will however be reimbursed at admissible rates as per CD Exemption certificate under 51/96 notification amended by notification no. 24/2007 Customs dtd to Research Organizations. Note:Where there is no mention of packing, forwarding, freight, taxes etc. such offers shall be treated as incomplete In the case of Purchase of many items against one tender, which are not inter-dependent or, where compatibility is not a problem, normally the comparison would be made on ex-works, ( in case of indigenous items) and on FOB / FCA (in the case of imports) prices quoted by the firms for identifying the lowest quoting firm for each item Orders for imported stores need not necessarily be on FOB/FCA basis rather it can be on the basis of any of the incoterm specified in ICC Incoterms 2010 as may be amended from time to time by the ICC or any other designated authority and favorable to PRL, Ahmedabad Wherever the price quoted on FOB/FCA and CIF/CIP basis are the same, the Contract would be made on CIF / CIP basis only The GCC and the SCC shall specify the mode of transport i.e., whether by air/ocean/road/rail The Purchaser shall compare all substantially responsive bids to determine the lowest valuated bid, in accordance with ITB. 1.32Contacting the Purchaser Tender No: PRL/PURCHASE/2015E
28 Subject to ITB Clause 1.24, no Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award may result in rejection of the Bidders bid. 1.33Post qualification In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the contract satisfactorily, in accordance with the criteria listed in ITB Clause The determination will take into account the eligibility criteria listed in the bidding documents and will be based upon an examination of the documentary evidence of the Bidders qualifications submitted by the Bidder, as well as such other information as the Purchaser deems necessary and appropriate An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidders bid. AWARD OF CONTRACT 1.34 Negotiations There shall not be any negotiation normally. Negotiations, if at all, shall be an exception with the lowest evaluated responsive bidder. Counter offers tantamount to negotiations and shall be treated at par with negotiations in the case of one time purchases. 1.35Award Criteria Tender No: PRL/PURCHASE/2015E
29 Subject to ITB Clause 1.37, the Purchaser will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined to be the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily. The details of the award would be hosted on the website of the Purchaser. 1.36Purchasers right to vary Quantities at Time of Award The Purchaser reserves the right at the time of Contract award to modify the quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions, if it is felt absolutely necessary Purchasers right to accept Any Bid and to reject any or All Bids The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders. 1.38Notification of Award The Purchaser will notify the successful bidder in writing by registered letter or by cable or telex or fax or that the bid has been accepted and a separate purchase order shall follow through post Until a formal contract is prepared and executed, the notification of award should constitute a binding contract Upon the successful Bidders furnishing of the signed Contract Form and performance security pursuant to ITB Clause 1.41, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security. Tender No: PRL/PURCHASE/2015E
30 1.39Signing of Contract Promptly after notification, the Purchaser shall send the Purchase Order to the successful Bidder Within twenty-one (21) days of date of the Agreement, the successful Bidder shall sign, date and acknowledge the order acceptance. 1.40Order Acceptance The successful bidder should submit Order acceptance within 15 days from the date of issue failing which it shall be presumed that the vendor is not interested and his bid security is liable to be forfeited pursuant to clauses of ITB. 1.41Performance Security Within 21 days of receipt of the notification of award/po, the Supplier shall furnish performance security in the amount specified in SCC point no valid till 60 days after the warranty period. Alternatively, the PS may also be submitted at the time of release of final payment in cases where part payment is made against delivery & part on installation. The PS, where applicable, shall be submitted in advance for orders where full payment is to be made on Letter of Credit (LC) or on delivery. In this case, submission of PS at the time of negotiation of documents through Bank would be stipulated as a condition in the LC and the BS should be kept valid till such time the PS is submitted The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Suppliers failure to complete its obligations under the Contract The Performance Security shall be denominated in Indian Rupees for the offers received for supplies within India and denominated in the currency of the contract in the case of offers received for supply from foreign countries. Tender No: PRL/PURCHASE/2015E
31 In the case of imports, the PS may be submitted either by the principal or by the Indian agent and, in the case of purchases from indigenous sources, the PS may be submitted by either the manufacturer or their authorized dealer/bidder The Performance security shall be in one of the following forms: A Bank guarantee issued by a Nationalized/ Scheduled bank located in India or a foreign bank with preferably its operating branch in India in the form provided in the bidding documents The performance security will be discharged by the Purchaser and returned to the Supplier not later than 60 days following the date of completion of the Suppliers performance obligations, including all warranty obligations, unless specified otherwise in SCC, without levy of any interest In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the amendment to the performance security, rendering the same valid for the duration of the contract, as amended for further period of 60 days thereafter Whenever, the bidder chooses to submit the Performance Security in the form of Bank Guarantee, then he should advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the correctness, genuineness, etc. CHAPTER 2 CONDITIONS OF CONTRACT A GENERAL CONDITIONS OF CONTRACT Table of Contents Tender No: PRL/PURCHASE/2015E
32 Sl. No. Clause 2.1 Definitions 2.2 Contract Documents 2.3 Fraud and Corruption 2.4Joint Venture, Consortium or Association 2.5 Scope of Supply 2.6Suppliers Responsibilities 2.7 Contract price 2.8 Copy Right 2.9 Application 2.10 Standards 2.11 Use of Contract Documents and Information 2.12 Patent Indemnity 2.13 Performance Security 2.14 Inspections and Tests 2.15 Packing 2.16Delivery and Documents 2.17Insurance 2.18Transportation 2.19 Incidental Services 2.20 Spare Parts 2.21Warranty 2.22Terms of Payment Tender No: PRL/PURCHASE/2015E
33 2.23 Change Orders and Contract Amendments 2.24 Assignment 2.25Subcontracts 2.26 Extension of time 2.27Penalty Clause 2.28Termination for Default 2.29Force Majeure 2.30Termination for insolvency 2.31Termination for Convenience 2.32Settlement of Disputes 2.33Governing Language 2.34Applicable Law 2.35Notice 2.36Taxes and Duties 2.37Right to use Defective Goods 2.38Protection against Damage 2.39 Site preparation and installation 2.40 Import and Export Licenses 2.41Risk Purchase Clause 2.1Definitions The following words and expressions shall have the meanings hereby assigned to them: Tender No: PRL/PURCHASE/2015E
34 Contract means the Contract Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein. Contract Documents means the documents listed in the Contract Agreement, including any amendments thereto. Contract Price means the price payable to the Supplier as specified in the Contract Agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract. (d)day means calendar day. (e) Completion means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract. (f)gcc mean the General Conditions of Contract. (g) Goods means all of the commodities, raw material, machinery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract. (h)related Services means the services incidental to the supply of the goods, such as transportation, insurance, installation, training and initial maintenance and other such obligations of the Supplier under the Contract. (i) SCC means the Special Conditions of Contract. Tender No: PRL/PURCHASE/2015E
35 (j) Supplier means the natural person, private or government entity, or a combination of the above, whose bid to perform the Contract has been accepted by the Purchaser and is named as such in the Contract Agreement. (k) The Purchaser means Physical Research Laboratory (PRL), A unit of Department of Space, Govt. of India having its registered office at Navarangpura, Ahmedabad , Gujarat, India (l) The final destination, where applicable, means the place under the jurisdiction of PRL as named in the SCC. 2.2Contract Documents Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as a whole. 2.3Fraud and Corruption The purchaser requires that bidders, suppliers, contractors and consultants, if any, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuit of this policy, (a) the terms set forth below are defined as follows: (i) 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; Tender No: PRL/PURCHASE/2015E
36 (ii) Fraudulent practice means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract; (iii) Collusive practice means a scheme or arrangement between two or more bidders, with or without the knowledge of the Borrower, designed to establish bid prices at artificial, noncompetitive levels; and (iv) 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 a contract; (b) 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; 2.4 Joint Venture, Consortium or Association If the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint venture, consortium, or association. The composition or the constitution of the joint venture, consortium, or association shall not be altered without the prior consent of the Purchaser. 2.5 Scope of Supply The Goods and Related Services to be supplied shall be as specified in Chapter for Specifications and allied technical details. 2.6Suppliers Responsibilities Tender No: PRL/PURCHASE/2015E
37 2.6.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with Scope of Supply Clause of the GCC, and the Delivery and Completion Schedule, as per GCC Clause relating to delivery and document. 2.7 Contract price Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid. 2.8 Copy Right The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party 2.9Application These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract. 2.10Standards The Goods supplied and services rendered under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such standards shall be the latest issued by the concerned institution. 2.11Use of Contract Documents and Information Tender No: PRL/PURCHASE/2015E
38 2.11.1The Supplier shall not, without the Purchasers prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance The Supplier shall not, without the Purchasers prior written consent, make use of any document or information enumerated above except for purposes of performing the Contract Any document, other than the Contract itself, enumerated above shall remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Suppliers performance under the Contract if so required by the Purchaser. 2.12Patent Indemnity The Supplier shall, subject to the Purchasers compliance with GCC Sub-Clause , indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorneys fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of: (a) the installation of the Goods by the Supplier or the use of the Goods in India; and (b) the sale in any country of the products produced by the Goods If any proceedings are brought or any claim is made against the Purchaser, the Purchaser shall promptly give the Supplier a notice thereof and the Supplier may at its own expense and in the Purchasers name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claims Performance Security Tender No: PRL/PURCHASE/2015E
39 2.13.1Within 21 days of receipt of the notification of award/po, the Supplier shall furnish performance security in the amount specified in SCC point no , valid till 60 days after the warranty period. Alternatively, the PS may also be submitted at the time of release of final payment in cases where part payment is made against delivery & part on installation. The PS, where applicable, shall be submitted in advance for orders where full payment is to be made onletter of Credit (LC) or on delivery. In this case, submission of PS at the time of negotiation of documents through Bank would be stipulated as a condition in the LC The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Suppliers failure to complete its obligations under the Contract The Performance Security shall be denominated in Indian Rupees for the offers received for supplies within India and denominated in the currency of the contract in the case of offers received for supply from foreign countries In the case of imports, the PS may be submitted either by the principal or by the Indian agent and, in the case of purchases from indigenous sources, the PS may be submitted by either the manufacturer or their authorized dealer/bidder The Performance security shall be in one of the following forms: (a)a Bank guarantee issued by a Nationalized/Scheduled bank located in India or a bank located abroad in the format to be provided by PRL after award of contract / order The performance security will be discharged by the Purchaser and returned to the Supplier not later than 60 days following the date of completion of the Suppliers performance obligations, including any warranty obligations, unless specified otherwise in SCC, without levy of any interest In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the amendment to the performance security, rendering the same valid for the duration of the contract, as amended for further period of 60 days thereafter. Tender No: PRL/PURCHASE/2015E
40 The order confirmation should be received within 15 days from the date of notification of award. However, the Purchaser has the powers to extend the time frame for submission of order confirmation and submission of Performance Security (PS). Even after extension of time, if the order confirmation /PS are not received, the contract shall be cancelled Whenever, the bidder submits the Performance Security in the form of Bank Guarantee, then he should advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an unstamped duplicate copy of the Guarantee directly to the Purchaser with a covering letter to compare with the original BG for the correctness, genuineness, etc. 2.14Inspections and Tests The inspections & test, training required would be as detailed in Chapter-04 of the Bidding Document relating to Specification and Allied Technical details. 2.15Packing The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final destination and the absence of heavy handling facilities at all points in transit The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any subsequent instructions ordered by the Purchaser. 2.16Delivery and Documents Tender No: PRL/PURCHASE/2015E
41 Delivery of the Goods and completion and related services shall be made by the Supplier in accordance with the terms specified by the Purchaser in the contract. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC. Part shipment is not allowed unless agreed by PRL. As far as possible stores should be dispatched by Indian flagged vessels / air India or through authorized agency nominated by PRL The terms FOB, FCA, CIF, CIP etc shall be governed by the rules prescribed in the current edition of the Incoterms published by the International Chambers of Commerce, Paris The mode of transportation shall be as specified in SCC. 2.17Insurance Physical Research Laboratory(PRL), Ahmedabad has a Insurance policy for Goods and Successful bidders to whom the Purchase Order will be issued need to obtain the Insurance policy details as per Instruction in the Purchase order and follow the same for shipment and delivery of the Goods and Services, as the case may be. 2.18Transportation Where the Supplier is required under the Contract to deliver the Goods FOB, transport of the Goods, up to and including the point of putting the Goods on board the vessel at the specified port of loading, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract price. Where the Supplier is required under the Contract to deliver the Goods FCA, transport of the Goods and delivery into the custody of the carrier at the place named by the Purchaser or other agreed point shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract price Where the Supplier is required under the Contract to deliver the Goods CIF or CIP, transport of the Goods to the port of destination or such other named place of destination in the Purchasers country, Tender No: PRL/PURCHASE/2015E
42 as shall be specified in the Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price In the case of supplies from within India, where the Supplier is required under the Contract to transport the Goods to a specified destination in India, defined as the Final Destination, transport to such destination, including Storage, as specified in the Contract, shall be arranged by the Supplier, and the related costs shall be included in the Contract Price. 2.19Incidental Services The supplier may be required to provide any or all of the services, including training, if any, specified in chapter Spare Parts The Supplier shall be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier: (a)such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve the Supplier of any warranty obligations under the Contract; and (b) In the event of termination of production of the spare parts: (i)advance notification to the Purchaser of the pending termination, insufficient time to permit the Purchaser to procure needed requirements; and (ii) Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and specifications of the spare parts, if requested Warranty Tender No: PRL/PURCHASE/2015E
43 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract The Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design,materials,and workmanship, under normal use in the conditions prevailing in India Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen (18) months after the date of shipment from the port or place of loading in the country of origin, whichever period concludes earlier. The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects Upon receipt of such notice, the Supplier shall, within a reasonable period of time, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser If having been notified, the Supplier fails to remedy the defect within the reasonable period of time; the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Suppliers risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract Goods requiring warranty replacements must be replaced on free of cost basis to the purchaser. 2.22Terms of Payment The method and conditions of payment to be made to the Supplier under this Contract shall be as specified in the SCC. Tender No: PRL/PURCHASE/2015E
44 The Suppliers request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to Delivery and document Clause of the GCC and upon fulfillment of other obligations stipulated in the contract Payments shall be made promptly by the Purchaser as per the terms and conditions of the Purchase order/contract Payment shall be made in currency as indicated in the contract confirming to RBI/Government of India guidelines. 2.23Changes in Orders and Contract Amendments The Purchaser may at any time, by written order given to the Supplier pursuant to Clause on Notices of the GCC make changes within the general scope of the Contract in any one or more of the following: (a) Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser to make them acceptable for the purpose of Usage; (b) The method of shipping or packing etc.; (c) The place of delivery; and/or `(d) The delivery schedule No variation or modification in the terms of the contract shall be made except by written amendment signed by the parties. 2.24Assignment Tender No: PRL/PURCHASE/2015E
45 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchasers prior written consent. 2.25Subcontracts The Supplier shall not subcontract, awarded under this Contract / order if not already specified in the tender document. 2.26Extension of time Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Suppliers notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Suppliers time for performance with or without penalty, in which case the extension shall be ratified by the parties by amendment of the Contract Except as provided under the Force Majeure clause of the GCC, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of penalty pursuant to Penalty Clause of the GCC unless an extension of time is agreed upon pursuant to above clause without the application of penalty clause. 2.27Penalty clause PRL reserves the right to levy Liquidated of 0.5 % of the total value of purchase order per week of delay in deliveries/ installation /execution of the order successfully, subject to maximum of 10% of the order value. Part of the week shall be considered as full week. PRL reserves the right to cancel the order in case the delay is more than 5 weeks. Transit period will be considered while Tender No: PRL/PURCHASE/2015E
46 calculating the overall period for deriving the applicability of this clause as per terms of the delivery in purchase order / award. 2.28Termination for Default The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Supplier, terminate the Contract in whole or part If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause on Extension of Time; or (b)if the Supplier fails to perform any other obligation(s) under the Contract. (c)if the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent or collusive or coercive practices as defined in GCC Clause on Fraud or Corruption in competing for or in executing the Contract In the event the purchaser terminates the contract in whole or in part, he may take recourse to any one or more of the following action: (a) The Performance Security is to be forfeited; (b) The purchaser may procure, upon such terms and in such manner as it deems appropriate, stores similar to those undelivered, and the supplier shall be liable for all available actions against it in terms of the contract. (c) However, the supplier shall continue to perform the contract to the extent not terminated. Tender No: PRL/PURCHASE/2015E
47 2.29 Force Majeure Notwithstanding the provisions of GCC Clauses relating to extension of time, penalty and Termination for Default the Supplier shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For purposes of this Clause, Force Majeure means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause thereof within 21 days of its occurrence. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event If the performance in whole or in part or any obligations under the contract is prevented or delayed by any reason of Force Majeure for a period exceeding 60 days, either party may at its option terminate the contract without any financial repercussions on either side. 2.30Termination for Insolvency The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Purchaser. 2.31Termination for Convenience Tender No: PRL/PURCHASE/2015E
48 2.31.1The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time. The notice of termination shall specify that termination is for the Purchasers convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective PRL shall have right to accept or to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials and parts previously procured by the Supplier. 2.32Settlement of Disputes The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract If, after twenty-one (21) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract The dispute settlement mechanism/arbitration proceedings shall be concluded as under: (a) For indigenously supplied items: In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Indian Arbitration & Conciliation Act, 1996, the rules there under and any statutory modifications or re-enactments thereof shall apply to the arbitration proceedings. The dispute shall be referred to the Director, PRL and if he is unable or unwilling to act, to the sole arbitration of some other person appointed by him willing to act as such Arbitrator. The award of the arbitrator so appointed shall be final, conclusive and binding on all parties to this order. Tender No: PRL/PURCHASE/2015E
49 (b) For imported supplies: In the case of a dispute between the purchaser and a Foreign Supplier, the dispute shall be settled by arbitration In accordance with provision of sub-clause (a) above. But if this is not acceptable to the supplier then the dispute shall be settled in accordance with provisions of UNCITRAL (United Nations Commission on International Trade Law) Arbitration Rules The venue of the arbitration shall be the place from where the purchase order or contract is issued Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and the Purchaser shall pay the Supplier any due to the Supplier. 2.33Governing Language The contract shall be written in English language which shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the parties, shall be written in the English language only. 2.34Applicable Law The Contract shall be interpreted in accordance with the laws of the Union of India and all disputes shall be subject to place of jurisdiction as specified in SCC. Tender No: PRL/PURCHASE/2015E
50 2.35Notices Any notice given by one party to the other pursuant to this contract/order shall be sent to the other party in writing or by cable, telex, FAX, or and confirmed in writing to the other partys address specified in the SCC A notice shall be effective when delivered or on the notices effective date, which ever is later. 2.36Taxes and Duties For goods manufactured outside India, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside India For goods Manufactured within India, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred till its final manufacture/production If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in India, the Purchaser shall make its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent All payments due under the contract shall be paid after deduction of statutory levies (at source) (like ESIC, IT, etc.) wherever applicable Excise Duty If the supply is within India, this institute is exempted from payment of Excise Duty as per notification No.10/97 Central Excise, dated 1st March, 1997 as amended by notification no. 16/ Central Excise dtd Tender No: PRL/PURCHASE/2015E
51 Customs Duty If the supply is from abroad this Institute is permitted to import goods as per notification No.51/96 as amended by notification no. 24/2007 Customs dtd High seas sales provisions for purchase of goods / services are not acceptable to PRL. Bidders are accordingly advised to submit their bids We do not issue C / D form. 2.37Right to use Defective Goods If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the goods proves to be unsatisfactory, the Purchaser shall have the right to continue to operate or use such goods until rectifications of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Purchasers operation Protection against damage The supplier should take due care to ensure that the system supplied by them is protected against damage during transit and also in the process of installation and acceptance. 2.39Site preparation and installation The Purchaser is responsible for the construction of the equipment sites in compliance with the technical and environmental specifications defined by the Supplier. The Purchaser will designate the installation sites before the scheduled installation date to allow the Supplier to perform a site inspection to verify the appropriateness of the sites before the installation of the Equipment, if required. The supplier shall inform the purchaser about the site preparation, if any, needed for installation of the goods at the purchaser site clearly at the time of submission of bids and the same should be confirmed with details immediately after notification of award/contract. Tender No: PRL/PURCHASE/2015E
52 2.40Import and Export Licenses If the ordered materials are covered under restricted category of EXIM policy in India the Vendor / Agent may intimate such information for obtaining a necessary license in India If the ordered equipment is subject to Vendor procuring an export license from the designated government agency / country from where the goods are shipped / sold, the vendor has to mention the name, address of the government agency / authority. The vendor must also mention the time period within which the license will be granted in normal course. 2.41Risk Purchase Clause If the supplier fails to deliver the goods within the maximum delivery period specified in the Purchase Order, The Director, PRL may procure, upon such terms and in such a manner as it deems appropriate, Goods or Services similar to those undelivered and the Supplier shall be liable to PRL for any excess costs incurred for such similar goods or services. Special conditions of contract (SCC) The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC. GCC 2.1.1(l)The Purchaser is: The Director, PRL, Ahmedabad, Gujarat, India GCC 2.1.1(m)The Final Destination is: PRL, Navarangpura, Ahmedabad, Gujarat, India, PIN GCC The amount of the Performance Security shall be As mentioned in the NIT. GCC The marking and documentation within and outside the packages shall be: (a) Each package should have a packing list within it detailing the part No. (s), description, quantity etc. (b) Outside each package, the contract No., the name and address of the purchaser and the final destination should be indicated on all sides and top. (c) Each package should be marked as 1/x, 2/x, /xx/x, where x is the total No. of packages contained in the consignment. Tender No: PRL/PURCHASE/2015E
53 (d) All the sides and top of each package should carry an appropriate indication/label/stickers indicating the precautions to be taken while handling/storage. GCC Details of Shipping and other Documents to be furnished by the Supplier are : For goods manufactured within India Within 24 hours of dispatch, the supplier shall notify the purchaser the complete details of dispatch and also supply following documents by registered post / speed post and copies thereof by FAX. Two copies of Suppliers Invoice and delivery challan indicating, inter-alia description and specification of the goods, quantity, unit price, total value; Packing list; Certificate of country of origin; Insurance certificate, if required under the contract; Railway receipt/consignment note; Manufacturers guarantee certificate and in-house inspection certificate; Inspection certificate issued by purchasers inspector, if Any and Any other document(s) as and when required in terms of the contract. Note: The nomenclature used for the item description in the Invoices(s), packing list(s) and the delivery note(s) etc. should be identical to that used in the contract. The dispatch particulars including the name of the transporter should also be mentioned in the Invoice(s). The above documents should be received by the Purchaser before arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses GCC For goods manufactured abroad Within 24 hours of dispatch, the supplier shall notify the purchaser the complete details of dispatch and also supply following documents by Registered Post/courier and copies thereof by FAX. Two copies of suppliers Invoice and Delivery challlan giving full details of the goods including quantity, value, etc.; Tender No: PRL/PURCHASE/2015E
54 Packing list; Certificate of country of origin; Manufacturers guarantee and Inspection certificate; Inspection certificate issued by the Purchasers Inspector, if any; Insurance Certificate, if required under the contract; Name of the Vessel/Carrier; Bill of Lading/Airway Bill; Port of Loading; Date of Shipment; Port of Discharge & expected date of arrival of goods; and Any other document(s) as and when required in terms of the contract. Note: 01. The nomenclature used for the item description in the Invoices(s), packing list(s) and the delivery note(s) etc. should be identical to that used in the contract. The dispatch particulars including the name of the transporter should also be mentioned in the Invoice(s). 02. The above documents should be received by the Purchaser before arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses. GCC In case of supplies from within India, the mode of transportation shall be by Air/Rail/Road. In case of supplies from abroad, the mode of transportation shall be by Air / Sea / Road (All modes of transport). GCC The supplier shall obtain necessary instruction for insurance as indicated in the tender document / contract (award / purchase order). GCC The period of validity of the Warranty must be minimum twelve months from the date of acceptance. GCC2.22.1The supplier has to submit Performance Bank Guarantee (PBG) for 10% of PO value as per our format valid till Warranty Period plus two months. The method and conditions of payment to be made to the Supplier under this Contract shall be as follows: Tender No: PRL/PURCHASE/2015E
55 Payment for Goods supplied from abroad: Payment of foreign currency portion shall be made in currency of the Contract in the following manner: (a) PRL does not make any advance payment. The acceptable payment terms are sight draft / after receipt and acceptance of the item / Letter of Credit. The release of payment is subject to submission of PBG (10% of the order value) and Late Delivery Penalty Clause as per clause no of GCC. GCC The L/C will be confirmed at the suppliers cost, if requested specifically by the supplier. All bank charges shall be to the account of the beneficiary i.e. supplier. Payment for Goods and Services supplied from India: The payment shall be made in Indian Rupees, as follows: (a) PRL does not make any advance payment. The acceptable payment term is payment after receipt and acceptance of the item. The release of payment is subject to submission of PBG (10% of the order value) and Late Delivery Penalty Clause as per clause no of GCC. Note: Tender No: PRL/PURCHASE/2015E
56 All payments due under the Contract shall be paid after deduction of statutory levies at source (like ESIC, Income Tax, etc.), wherever applicable. GCC Late Delivery Penalty Charges: As per point no of GCC. GCC Late Delivery Penalty Charges: As per point no of GCC. GCC The place of jurisdiction is Ahmedabad, India. GCC For notices, the Purchasers address is Attention: The Director, PRL, Ahmedabad Location: : Physical Research Laboratory, Navarangpura, Ahmedabad, Gujarat, India, PIN GCC Telephone: / 4113 / 4112 / 4000 Fax number: / 4900 Electronic mail address : [email protected] CHAPTER 3 (To be filled by the bidder and enclosed SCHEDULE OF REQUIREMENT with the Technical Bid.) Please refer online enquiry as floated on our E-Procurement portal. CHAPTER - 4 Specifications and Allied Technical Details Tender No: PRL/PURCHASE/2015E
57 Please refer online enquiry as floated on our E-Procurement portal. CHAPTER 5 Price Schedule Forms Please refer online enquiry as floated on our E-Procurement portal. CHAPTER 6 Qualification Requirements Please refer online enquiry as floated on our E-Procurement portal. CHAPTER 7 Other Standard Forms Tender No: PRL/PURCHASE/2015E
58 Please refer online enquiry as floated on our E-Procurement portal. Tender No: PRL/PURCHASE/2015E
59 Bid Templates Document Solicited from Vendor Attachment 1: Attachment 2: Specifications Item Specifications Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks 1 Measured parameters: Black carbon mass in individual particle and Particle number distribution as a function of particle size 2 Particle size range: 200 to 400 nm diameter Tender No: PRL/PURCHASE/2015E
60 3 Black carbon mass concentration minimum detection limit: Better than 15 ng/m3 4 Sampling medium: Air 5 Internal memory: Required for data storage 6 Data communication Interface: Ethernet / RS- 232 / USB port 7 Electrical Power: 230 V 50 Hz 8 Operating temperature: Better than 0 to 35 degree Celsius 9 Operating humidity: 0 to 100 % RH 10 Software: For data acquisition 11 To be supplied along with the calibration certificates. 12 To be supplied along with necessary cables. Tender No: PRL/PURCHASE/2015E
61 13 To be supplied along with necessary spares and consumable spares Vendor Specificied Terms Description Vendor Terms NAME, ADDRESS, PHONE, FAX, OF THE COMPANY ON WHICH ORDER IS TO BE PLACED ON DELIVERY TERM : EX WROKS/ FOB / FCA / CIF / CPT / DDU / DDP / DAPWE PREFER EX WORKS : FOR QUOTATIONS IN FOREIGN CURRENCY / F.O.R. PRL AHMEDABAD FOR QUOTATIONS IN INDIAN RUPEES DELIVERY PERIOD IN NO. OF DAYS FROM DATE OF ORDER PAYMENT TERMWE PREFER SIGHT DRAFT / WITHIN 30 DAYS AFTER RECEIPT, INSTALLATION AND ACCEPTANCE / LETTER OF CREDIT WITH ALL CHARGES TO SUPPLIERS ACCOUNT COUNRTY FROM WHERE MATERIAL WILL BE DISPATCHED CURRENCY OF QUOTATION MODEL NO., NAME OF MANUFACTURER OF EACH OF THE PRODUCT QUOTED PACKING CHARGESPlease Mention this in Price Bid PROCESSING CHARGES Please Mention this in Price Bid Tender No: PRL/PURCHASE/2015E
62 HANDLING CHARGESPlease Mention this in Price Bid HANDLING CHARGESPlease Mention this in Price Bid BANK CHARGESPlease Mention this in Price Bid MODE OF DISPATCH I.E. BY AIR OR BY SEA INFORMATION FOR RELEASING PAYMENT BY WIRE TRANSFER LIKE BANK NAME, ADDRESS, PHONE, FAX, SWIFT CODE, ACCOUNT NO., IBAN NO., ANY OTHER INFORMATION WARRANTY PERIOD WE PREFER WARRANTY PERIOD WILL START FROM DATE OF INSTALLATION INSTALLATION & TRAINING COUNTRY OF ORIGIN CONTACT PERSON WITH MOBILE NO. LANDLINE NO. AND ID ANY OTHER TERMS COMMERCIAL COMPLAINCE SHEET PRL IMPORT COMMERCIAL COMPLAINCE SHEET PRL IMPORT PRL TERMS MENTION AGREE OR DISAGREE 1. The Supplier has read all the Terms and Conditions and accepts Tender No: PRL/PURCHASE/2015E
63 them Unconditionally 2. PRL will issue custom duty exemption certificate under 51 / 96 OR excise duty exemption whichever is applicable. 3. L.D. CLAUSE:(1) PRL Reserves the right to levy Liquidated 0.5% of total order value per week of delay in deliveries / installation / execution of the order successfully. Subject to maximum of 10% of the order value.(2) Part of the week shall be considered as full week PRL reserves the right to cancel the order in case the delay is more than 5 weeks. Transit period will be excluded while deriving applicability of this clausepbg Clause : You have to submit PBG _ Performance Bank Guarantee for 10% of order value valid for warranty period plus two months from date of starting of warranty period Supplier confirms that they have not quoted any price in technical bid. They have also followed all instructions including point no COMMERCIAL COMPLAINCE SHEET PRL IMPORT Document Solicited from Vendor (price bid related) Attachment 1: Attachment 2: Tender No: PRL/PURCHASE/2015E
64 Price Bid Form Item Description Slab Range Qty UOM Currency Unit Price Total Price Black carbon mass and size monitor Used to measure black carbon mass in individual aerosol particles and the particle number distribution as a function of particle size. - 3 NOS Break-up of other taxes and other costs should be specified in respective narration columns. Sum of these Break-up values should be specified in respective value columns. PRICE BID RELATED INFORMATION PRL IMPORT PRICE BID RELATED INFORMATION PRL IMPORT PRICE BID RELATED INFORMATION PRICE BID RELATED INFORMATION FROM SUPPLIER SIDE Tender No: PRL/PURCHASE/2015E
65 Price Bid related Information 1 : Price Bid related Information 2 : Price Bid related Information 3 : Price Bid related Information 4 : Price Bid related Information 5 : PRICE BID RELATED INFORMATION PRL IMPORT Tender No: PRL/PURCHASE/2015E
INDEX. 1. Instructions to Bidders. 2. Conditions of Contract. 3. Schedule of Requirement. 4. Specifications and Allied Technical Details
INDEX CHAPTER CONTENT 1. Instructions to Bidders 2. Conditions of Contract 3. Schedule of Requirement 4. Specifications and Allied Technical Details 5. Price Schedule Forms 6. Qualification Requirements
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER
i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:
INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB)
KAMLA NEHRU INSTITUTE OF TECHNOLOGY, SULTANPUR (U.P.) 228118 INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB) (Up Gradation And Maintenance Of Campus Wide Networking) Advt. No:KNIT/TEQIP-II/15/02,
TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT
BANK Of ZAMBIA Bidding Documents TENDER NO. BOZ/PC/PMS/15/2012 TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT Bank of Zambia Bank Square Cairo Road P.O. Box 30080 Lusaka 10101 ZAMBIA
NATIONAL INDUSTRIAL TRAINING AUTHORITY
NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015
SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)
S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240
Procurement of Provision of Computers and Computer Peripherals for CBUD cities
B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX
Address for Communication :
For printing and supply of Calendar, 2014 AXOM SARVA SIKSHA ABHIYAN MISSION ASSAM KAHILIPARA, GUWAHATI-781019 Tender No. SSA/MDM/Calendar/2014-15/95/2014/8148 Date : 18.02.2014 INVITATION FOR TECHNICAL
TENDER NO. BOZ/CTC/ICT/02/2009
Bank of Zambia Bidding Documents TENDER NO. BOZ/CTC/ICT/02/2009 TENDER FOR THE SUPPLY, DELIVERY AND INSTALLATION OF A SERVICE DESK MANAGEMENT SYSTEM MAY, 2009 Source of Funds Bank of Zambia Bank Square
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT TENDER FOR SUPPLY AND INSTALLATION OF VIDEO CONFERENCE FACILITY AT THE VICE-CHANCELLOR S OFFICE TENDER
Procurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.
TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:
TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES
NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY (NEMA) TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NEMA/T/14/2015-2016 MAY 2015 TABLE OF CONTENTS INTRODUCTION. 3
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: [email protected]
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. TENDER NO. KMA/ONT/BULK DIGITIZATION/011/ 2014-15 KENYA MARITIME
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-015-2016 TENDER FOR SUPPLY, DELIVERY, ASSEMBLY, INSTALLATION, TESTING & COMMISSIONING A, 90MVA, 15/132KV, OFAF GENERATOR STEP UP TRANSFORMER FOR GITARU
TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF
TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF
B I D D I N G D O C U M E N T S Issued on: February 29, 2016. for. Procurement of
B I D D I N G D O C U M E N T S Issued on: February 29, 2016 for Procurement of BACKUP SOLUTION AND OFFISITE RECOVERY SYSTEM FOR FORESTRY DEPARTMENT (FD) RFP No: Procuring Entity: Forestry Department Section
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 SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:
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
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM TENDER NO.KRA/HQS/NCB-005/2015-2016 RESERVED FOR WOMEN OWNED ENTERPRISES
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
Procurement of Textbooks and Reading Materials
S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Textbooks and Reading Materials The World Bank April 2015 This document is subject to copyright. This document may be used and reproduced
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,
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
PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015
TENDER DOCUMENT FOR PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900
Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)
Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6
North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services
North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)
KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015
ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I
DISTRICT GOVERNMET OKARA. Tender Document For purchase of
DISTRICT GOVERNMET OKARA Tender Document For purchase of GPS BASED TRACKING AND FUEL MANAGEMENT SYSTEM FOR VEHICLES AND STATIC MACHANICAL ASSETS OF DISTRICT GOVERNMENT OKARA Note: The bidder is expected
Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73
Nepal Stock Exchange Limited NEPSE Singhadurbar Plaza, Kathmandu BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract
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
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM- 05-2015 TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM Kenya Electricity Generating Company Ltd Stima Plaza,
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
KENYA MEDICAL TRAINING COLLEGE
KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES TENDER NO. KMTC/9/2015 2016 FOR THE YEARS 2015/2016 TO 2016/2017 CLOSING DATE: 28 TH MAY 2015 Table of Contents
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
TENDER NO. REA/2014-2015/NT/060
REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES
TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF
NATIONAL HOUSING CORPORATION P.O. BOX 30257-00100 NAIROBI. TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF CLOSING DATE 4 TH DECEMBER, 2013 AT: 11.00AM TENDER DOCUMENT
Procurement of Medical Equipments For ALS Ambulance Of Dr. Shyama Prasad Mukherjee Hospital, Lucknow
Issued to M/s. Sl. No. B I D D I N G D O C U M E N T S F O R Procurement of Medical Equipments For ALS Ambulance Of Dr. Shyama Prasad Mukherjee Hospital, Lucknow Bid Reference: 8F/QC-712/5079 Dated: 08-09-2015
Prequalification Document for Procurement of Works
STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement
EPZA TENDER No. 22/2014 2015
EXPORT PROCESSING ZONES AUTHORITY EPZA TENDER No. 22/2014 2015 PROVISION OF DOCUMENT SCANNING SERVICES APRIL 2015 EXPORT PROCESSING ZONES AUTHORITY P.O. Box 50563-00200 NAIROBI Tel +254-45- 6626421/2-6
BHUTAN POWER CORPORATION LIMITED
BHUTAN POWER CORPORATION LIMITED (Registered Office, Thimphu) Engineering, Design & Contract Department Information Technology Division THIMPHU: BHUTAN (Tender No. 03/BPC/ITD/2015/27 dated 2 nd June 2015)
GENERAL CONDITION OF CONTRACT (GCC)
1 1. Definitions GENERAL CONDITION OF CONTRACT (GCC) 1.1 In this contract the following terms shall be interpreted as indicated: a) IFB means Invitations for Bids. b) ITB means instruction to Bidders.
GENERAL CONDITION OF CONTRACT (GCC)
1. Definitions GENERAL CONDITION OF CONTRACT (GCC) 1.1 In this contract the following terms shall be interpreted as indicated: a) IFB means Invitations for Bids. b) ITB means instruction to Bidders. c)
TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO.
TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO. AFFA/T/69/2015 The Interim Director General Agriculture Fisheries and Food Authority
KERIO VALLEY DEVELOPMENT AUTHORITY
KERIO VALLEY DEVELOPMENT AUTHORITY TENDER NO.: KVDA/T/14/2015-2016 FOR PROVISION OF GROUP PERSONAL ACCIDENT INSURANCE COVER FOR STAFF Receipt No. Tender Reg. No CLOSING DATE 26 TH JUNE, 2015 AT 10.00 AM
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
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
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
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
How To Bid For A Power Plant In India
Tender For Conducting the Security Audit of UPCL Data Center, Disaster Recovery Center and Website BY UTTARAKHAND POWER CORPORATION LIMITED DEHRADUN https://www.upcl.org Tender No: 02/R-APDRP-A/2015-16
REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO
REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO TENDER NAME: ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO REFERENCE NUMBER: CBL/FNC/8/C/TC/03/20I5
Standard Conditions of Contract of VJ Engineering Limited (the Company)
1 DEFINITIONS AND GENERAL 1.1 The following expressions shall have the following meanings in these terms and conditions the Company means VJ Engineering Limited. the Customer means the person(s), corporation
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
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps
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
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ENERGY REGULATORY COMMISSION 1 ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD UPPERHILL, P.O. Box 42681 00100 NAIROBI,
INVITATION TO TENDER IMPLEMENTATION OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM AT COMESA SECRETARIAT
INVITATION TO TENDER IMPLEMENTATION OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM AT COMESA SECRETARIAT TENDER No. CS/03-06-14/1MEG June 2014 INTRODUCTION The Common Market for Eastern and Southern Africa,
KITUI WATER & SANITATION CO. LTD
KITUI WATER & SANITATION CO. LTD ANNUAL TENDERS FOR 2015/2016 FINANCIAL YEAR TENDER NO. KITWASCO/014/15-16 TENDER NAME: TENDER FOR THE PROVISION OF STAFF WORK INJURY BENEFITS SERIAL NO: 1 P a g e TABLE
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.
INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The
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
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
BOARD OF MANAGEMENT SUNDAR INDUSTRIAL ESTATE BIDDING DOCUMENT FOR PROCUREMENT OF FACE DETECTION ATTENDANCE SYSTEM
BOARD OF MANAGEMENT SUNDAR INDUSTRIAL ESTATE BIDDING DOCUMENT FOR PROCUREMENT OF FACE DETECTION ATTENDANCE SYSTEM CHECK LIST KNOCK OUT CLAUSES SN DETAIL YES / NO PAGE # 1 Valid National ID Card (NADRA).
(Through E-procurement Portal Only) https://www.eproc.karnataka.gov.in
Shivamogga, Davanagere & Chitradurga Co-operative Milk Producers Societies Union Ltd. Machenahalli, Nidige Post Shimoga. (KARNATAKA)-577 222 Tender Document for Bi-Annual Maintenance contract (AMC) for
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
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
Request for Proposal. for end-to-end. Payment Gateway Solution. Ref: BOI:HO:IT:PG:NKC:61 dated 07.04.2014
Request for Proposal for end-to-end Payment Gateway Solution Ref: BOI:HO:IT:PG:NKC:61 dated 07.04.2014 Page 1 of 73 Index The products and services required, bidding procedures, contract terms and conditions
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: [email protected] Tender no.
KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041 00618, Tel: 8646000, 0727-600668, 0733-600668, Fax: 8560430, Nairobi, Kenya E-mail:[email protected].
KENYA SCHOOL OF MONETARY STUDIES P. O. Box 65041 00618, Tel: 8646000, 0727-600668, 0733-600668, Fax: 8560430, Nairobi, Kenya E-mail:[email protected] TENDER No. KSMS/PROC/06/2015-2016 FOR PROVISION OF INTERNET
TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS)
TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS) TENDER NUMBER CU/70/2015-2016 August, 2015 TABLE OF CONTENTS PAGE 1 INTRODUCTION.
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO. JUD/146/2014-2015 The Judiciary Supreme Court Building, City Hall Way P.O.
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:
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY TENDER NO. NCA/T/7/2015-2016 OCTOBER, 2015 1 Table of Contents Page
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
TENDER DOCUMENT FOR PROVISION OF ALTERNATE DATA CENTRE SERVICES TENDER NO. KRA/HQS/NCB-026/2014-2015
TENDER DOCUMENT FOR PROVISION OF ALTERNATE DATA CENTRE SERVICES TENDER NO. KRA/HQS/NCB-026/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX: +254 02 215809 NAIROBI, KENYA. JANUARY
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
STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement
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
BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)
BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) PROVISION OF MOTOR VEHICLE INSURANCE ITB No.: AD15-008-INT Prepared by Rue E. Pierre 11, Zone Ambassade de Etats-Unis Tabarre 27, Port-au-Prince, Haiti 30 June
SINGLE STAGE BIDDING For Supply, Installation, Customization and Automation of KALRO Business Processes (Financial Management System)
KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION HEADQUARTERS: Kaptagat Road, Loresho P.O. BOX 57811-00200 NAIROBI Telephone: 4183301-20/0722-206986/88 SINGLE STAGE BIDDING For Supply, Installation,
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
SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS
STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF WIDE AREA NETWORKS FOR REMOTE KRA STATIONS TENDER NO. KRA/HQS/NCB-030/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240
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
PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..
1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy
PROVISION OF LEGAL SERVICES
COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents
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
SARVA SHIKSHA ABHIYAN KARNATAKA. TENDER NOTIFICATION E-Procurement Process
SARVA SHIKSHA ABHIYAN KARNATAKA TENDER NOTIFICATION E-Procurement Process FOR PRINTING AND SUPPLY OF Kannada Medium Chinnara Angala 1,2 & 3 Students Work books and Teachers Manuals under Out of School
SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY
SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY TENDER No. KAA/ES/HQ/999/E DECEMBER 2015 General Manager (P & ES) Managing Director Kenya Airports Authority Kenya Airports
The Procurement Guidelines of. the Japanese Grant Aid. (Type I-G)
The Procurement Guidelines of the Japanese Grant Aid JAPAN INTERNATIONAL COOPERATION AGENCY (JICA) 1 Table of Contents PART I Basic Principles... 4 I-1 Introduction... 4 I-2 Parties Concerned... 4 I-3
