Empanelment of Software Development Firms
|
|
|
- Harvey Bridges
- 9 years ago
- Views:
Transcription
1 Empanelment of Software Development Firms March NIT No.1937/15 dt. 31/03/2015 Request for proposal for empanelment of software development firms / companies Request for proposal
2 Contents Section I - Invitation to Empanelment... 2 Section II - Background and objectives... 3 Section III - Scope of Work...4 Section IV - Instructions to bidders...5 Section V - Evaluation criteria and Empanelment...8 Section VI - Terms and conditions of Empanelment...11 Section VII - Standard Forms...13 TECH FORM-1: TECHNICAL BID SUBMISSION FORM...15 TECH FORM-2(A): BIDDERS OVERALL EXPERIENCE AND ORGANISATIONAL STRENGTH...16 TECH FORM-3(A): BIDDERS OVERALL EXPERIENCE IN SOFTWARE DEVELOPMENT...17 TECH FORM-4(A): BIDDERS APPROACH AND METHODOLOGY...18 TECH FORM-5 (A): QUALIFICATION AND COMPETENCE OF PROFESSIONAL STAFF...18 TECH FORM-6: STATEMENT FOR SEEKING CLARIFICATIONS AND DEVIATIONS IN THE RFE...19 COM FORM-3: SUMMARY OF COSTS OF RESOURCES-SOFTWARE SOLUTION...Error! Bookmark not defined.
3 Section I - Invitation to Empanelment I. The Bihar state electronics development corporation (BSEDC), Government of Bihar invites bids for empanelment of reputed and eligible Software Solution providing firms for providing Application Development and IT Support services to the various corporations and Departments of Government of Bihar or as Implementing II. III. Departments. Empanelment of software development firms has to be done in 3 (three) categories as mentioned in relevant sections of this document. The background, objectives and Scope of Work (SoW) to be accomplished by the empanelled firms are provided in the subsequent sections of this document. Bidders may take note of the following: IV. This Request for Empanelment document is not a Request for Proposal (RFP) in any form and would not be binding on the BSEDC in any manner whatsoever. V. To be considered for empanelment process bidders should submit their bids in accordance with the requirements contained in the section on Instructions to bidders. VI. Some of the crucial information on the process of invitation of bids for empanelment is given in the Schedule 1 below VII. BSEDC reserves the right to update, amend and supplement the information in this document including the qualification process before the last date and time of receipt of bids. VIII. This document is nontransferable. Schedule 1: Important Information. Sl No Information Details 1 Addressee and address at which the Managing Director, Beltron Bhawan, bid is to be submitted Shastri Nagar, Patna, Bihar 2 Date of issue of the Request For to till 14:00 Hrs Empanelment (RFE) document 3 Last date for submission of written at 16:00 Hrs queries for clarification 4 Contact person for clarification Managing Director,BSEDC Ltd.,Patna 5 Pre bid conference 15/04/2015 at 16:00 Hrs 6 Last date for providing clarifications Last date and time for receipt of bids till 17:00 Hrs 8 Place, time and date of opening of pre Beltron Bhawan, Shastri Nagar, Patna, qualification sheets Bihar, at 17:00 Hrs
4 Section II - Background and objectives The BSEDC Limited is the pioneer organization in providing e governance services in state of Bihar. It is the nodal agency for implementation of mission mode projects initiated by Government of India and being implemented by Government of Bihar. Some of the MMP like State Wide Area Network, State Data Center has been successfully implemented in the State and some award winning software projects like JAANKARI has been implemented and developed by BSEDC. Now to accelerate the software development and implementation BSEDC wishes to empanel software development firms. The role of the empanelled Software solution providing firms would be to provide designing and developing the software solutions for various applications for the state departments. The need of empanelment of software solutions provider is to strengthen the capacity of BSEDC for software solutions implementation as various demands of applications software comes from the departments as well as corporations, to full fill the requirements and needs of the departments and corporations an group of software solutions providers are required who will facilitate the BSEDC to gather the requirement as well as the designing, development and deployment of application software. The empanelled solutions providers firm/companies will only participate in the solutions which falls under less than 50 lakhs price band of the solutions. Software solutions which come under this criteria will be implemented by undertaking a limited initiate an tender within the empanelled solutions providers and lowest bidder among the empanelled solutions providers may be awarded the work by BSEDC. Empanelemnt shall be done under 3 (Three) categories as depicted below:- Category A for more than 10 Lacs project Category B- More than 5 Lacs upto 10 Lacs Projects and Category C Upto 5 Lacs projects.
5 Section III - Scope of Work 1. The overall scope of work of the Software solution providing firms can be represented as follows for all categories. 1.1 Develop Stage The empanelled Software solution providing firms would have to develop applications to execute the solution for/state departments in the departments/corporations/other government bodies. When engaged by the departments/corporations/other government bodies for development of State level applications for the specific schemes launched by the State, the empanelled Software solution providing firms should primarily deliver (but not limited to) the following: Functional Requirement Specification Software Requirement Specification Hardware Requirement Specification Functional software Source code Complete documentation in the form of system and user manuals When engaged by the departments/corporations/other government bodiesfor development of web-based centralized Applications for the various state government schemes operating in the States, the empanelled Software solution providing firms should apart from providing the deliverables, render customization and maintenance support for deploying the applications in the various Statesdepartments/corporations/other government bodies. 1.2 Deploy Stage The empanelled Software solution providing firms would be required to Pilot launch the developed application software Review performance of the application software Go Live Full implementation of the application software Provide specialized to support implementation of the application software Provide specialized manpower to impart training to the requisite number of personnel belonging to the Registrars/ Implementing Departments and for the period requested for by the Registrars/ Implementing Departments. 1.3 The Intellectual Property Rights of the developed software would remain with the BSEDC Limited and/or the respective departments/corporations/other government bodies.
6 Section IV e-tender Instructions to the bidders In order to be considered for empanelment bidders should submit their bids conforming to the following instructions. Data sheet Sl no. Details Name of the issuing office: Bihar State Electronics Development Corporation Name of the assignment: Empanelment of Software Solution providers. Method of empanelment: The empanelment shall be on a two stage process of Prequalification, Technical evaluation and empanelment Non refundable tender cost: This Request for Empanelment (RFE) document is available on the website Rs. 10,000/ through e-payment mode (i.e. NEFT/ RTGS, Net Banking, Credit/Debit Card) only. Bidders can enclose the receipt of same along with General cum Technical Bid.
7 Earnest Money Deposit (EMD): Bidders are required to pay INR 50,000 towards Earnest Money Deposit in the form of a Online Mode/Demand Draft/Bankers cheque /Bank Guarantee drawn in favour of Managing Director, BSEDC, Bihar payable at Bihar. No interest shall be payable on the sum deposited as EMD. No bank guarantee shall be accepted in lieu of the EMD. Refund of EMD: The EMD of the unsuccessful bidders (bidders who fail to qualify in the bid evaluation process) shall be returned within one month of completion of the tender process. The EMD of the successful bidders shall be returned on signing the contract (Letter of empanelment) and receipt of Performance Bank Guarantee. Forfeiture of EMD: The EMD shall be forfeited, if the bidder withdraws or modifies/alters the bid after the opening of bids and during the validity period or if the bidder tries to influence the evaluation process. The EMD shall also be forfeited if the bidder quotes zero or incredibly low rates compared to the industry prevalent rates. Non-Refundable Tender Processing Fee: Rs. 1124/-(Inclusive of [email protected]%) to be paid through e-payment mode (i.e. NEFT / RTGS, Net Banking, Credit / Debit Card) only. Validity period of the bid: The bid should be valid for 180 days. Last date for submission of written queries for clarification: All queries should be received by BSEDC not later than the date prescribed. A bidder seeking any clarification should send an to the contact person in the Standard Form. Last date and time for receipt of bids: The bids should be addressed to the Addressee and should be received at the Address by the date and time stipulated in Schedule1. Bids received after the stipulated date and time will not be opened and will be returned unopened. Opening of Prequalification proposal: The prequalification proposal shall be opened at the time and on the date. Pre bid conference: The pre bid conference shall be held at the time and on the date prescribed in Schedule Presentation on technical bid by the short To be decided subsequently listed bidders, if required. Declaration of the technically qualified bidders for Commercial bid opening. Opening of Commercial bid Issuance of List of Empanelled vendors Process of empanelment: The empanelment shall follow a three stage process Stage 1 - Prequalification. The bidders to this RFE should meet the prequalification criteria as set out Stage 2 - Technical evaluation. Technical bids of only those bidders qualifying in Stage 1 shall be taken up for technical evaluation as per the Technical bid evaluation criteria set out in Para 5.2 of Section V.
8 Others I. During prequalification and technical evaluation of bids, BSEDC, may at its discretion, seek clarifications from the bidders on their bids and the bidders are required to respond within the time frame prescribed by BSEDC. II. At any time prior to the prescribed last date for receipt of bids, BSEDC reserves the right to modify the RFE. The amendments and modifications to the RFE shall be notified on the BSEDC website (www. eproc.bihar.gov.in), which shall be binding on the bidders. Bidders are requested to frequently visit the website of BSEDC for updates. III. Bids from a consortium of agencies are not acceptable. IV. The bids prepared by the bidders and all correspondence and documents relating to the bids exchanged between the BSEDC and the bidders shall be in English language. V. All pages of the bid should be initialed and stamped by the Authorized Representative of the bidder. Where an assigned Authorized Representative has signed the bid, a Certificate of Authority should be submitted. Documents comprising the bids The bids prepared by the bidders shall comprise and conform to the following Standard forms: Prequalification proposal PRE-QUAL FORM- 1- Prequalification Proposal Submission Form PRE-QUAL FORM -3-Bidders Organization and experience 1. Technical bid 1.1. TECH FORM- 1- Technical Bid Submission Form 1.2. TECH FORM -2(A)-Bidders Overall Experience and Organizational Strength 1.3. TECH FORM -3(A)-Bidder s Overall Experience in IT 1.4. TECH FORM -4(A)-Bidders Approach and Methodology 1.5. TECH FORM- 5(A) -Qualification and Competence of Professional Staff 1.6. TECH FORM-6-Statement for seeking clarifications and deviations in the RFE 2. Commercial bid 2.1 COM FORM- 1- Commercial Bid Submission Form 2.2 COM FORM- 3-Summary of Costs of Resources- Software Solution 3. Procedure for submission of bids 3.1. The bidders are advised to study this RFE document carefully before participating. It shall be deemed that the bid has been submitted by the bidders after a careful examination and full understanding of its implications The bids should be received only through e-tendering portal
9 Bidder has to fill the e-form with complete details like the Name, address, telephone number, id and fax number. Bidders should ensure that the all the information required by RFE has to be submitted before on or last date of submission. Technical bid containing commercial information shall be declared non-responsive and shall be rejected. 1. Other conditions Bidders should not contact the BSEDC on any matter relating to its bid from the time of bid opening till the empanelment is finalized and notified. The bidder should be registered with the Service Tax department and carry a valid PAN. 4. Disqualification The BSEDC may at its sole discretion and any time during the evaluation proposal disqualify any bidder if the bidder: 4.1 Makes misleading or false representation in the forms, statements and attachments submitted in proof of the statements or eligibility criteria. 4.2 Exhibits a record of poor performance such as abandoning work, not completing the contractual obligations, inordinately delaying completion or financial failures, etc in any project in the preceding three years. 4.3 Submits a bid that is not accompanied by required documentation or is nonresponsive. 4.4 Fails to provide clarifications related to the bid, when sought 4.5 Submits more than one proposal 4.6 Is declared ineligible/blacklisted by the Government of India/ State/Union Territory Government for corrupt and fraudulent practices for previous financial year. Section V - Evaluation criteria and Empanelment Prequalification criteria The BSEDC shall constitute a Consultancy Evaluation Committee (BSEDC PANNEL), which shall carry out the entire evaluation process. Prequalification criteria for Software solution providers: Bidders are expected to meet the following prequalification criteria. Bidders failing to either meet these criteria or not furnishing the requisite supporting documents/documentary evidence is liable to be summarily rejected. The BSEDC PANNEL shall evaluate the prequalification proposal with reference to the
10 information contained in Standard Form PRE- QUAL FORM 3 and other supporting documents furnished. Sl No Pre qualification criteria The bidder should be a Company registered in India under the Companies Act 1956 or a partnership registered under the India Partnership Act 1932 with their registered office in India for the last three years The bidder should be operating in the field of software development and providing software solutions. The bidder should have an average turnover of at least Rs.50 Lakhs(Rupees Fifty Lacs) in last three financial years , and ) for category A. 25 Lakhs for category B and atleast 5 lacs for Category C The bidder should have completed at least 3 assignments of similar nature involving software development in a large Enterprise/ Government environment for category A, atleast 2 projects for category B and atleast 1 project for category C The bidder should have at least 15 full time Application development professionals for the past one year for category A. 10 full time Application development professionals for the past one year for category B and 5 full time Application development professionals for the past one year for category C. The bidder should be an individual organization. Consortium shall not be allowed. The bidder should not currently have been blacklisted by any Government Agency or under a declaration of ineligibility for fraudulent or corrupt practices or inefficient/ineffective performance. The bidder should have submitted the nonrefundable RFE document fee and the EMD as mentioned at para and respectively. Supporting documents to be furnished Certificate of Incorporation/ Registration Attested copy of the Memorandum and Articles of Association /Byelaws/Partnership Deed. Audited/Certified Annual Financial Statements and Annual Report for the financial years ( , and ). Work Order and Completion Certificate/ Client Certificate for previous experience cited. Certificate from the bidder. Certified statement from the current Statutory Auditors of the bidder. Certified statement from the current Statutory Auditors of the bidder. As per details given under e- tendering details to bidders.
11 Technical evaluation Software Solution providing firms: The technical bids of all the bidders who qualify the Prequalification criteria shall be evaluated on the following criteria. The BSEDC PANNEL shall evaluate the technical bid with reference to the information provided in the Standard Forms TECH FORM 2(a) to TECH FORM 5(a) and their supporting documents. Evaluation Criteria 100 A Overall experience/organizational strength 30 Previous experience in software development Bidder should demonstrate experience in software development and provide three citations of software development assignments that they have done during the current year out of which at least one engagement in each band should be for the PSU/Central/State Governments of India. Proof of successful completion of engagements and remuneration pertaining to software development (Work Order/ Completion Certificate/ Client Certificate and citations) should be furnished. Renumaration in Rs. Score >25<=50 lakh 5 >50 Lakh<=1 crore 10 >1 crore <= 2 crore 20 >2 crore 30 B Approach and Methodology 30 C Understanding of the scope (Bidders should visualize a scenario of any social sector scheme and demonstrate their understanding of the scope for providing IT consultancy) Detailed approach and methodology (Bidders should visualize a 15 scenario of any scheme and demonstrate their proposed detailed approach and methodology for providing the software solution) Qualifications and competence of Key Professional staff having working 20 experience on integration of devices, SMS based Application, Web based development on.net/ Java Platform/PHP platform or any open source platform. Qualifications 10 Professional experience and competence 10 D Technical Presentation 20 Total (for A,B, C and D) Minimum qualifying score: The minimum technically qualifying score shall be 70 points (for A, B,C and D sections above of section for empanelment. A Performance Bank Guarantee of Rs Thousands from a Nationalized/Scheduled Nationalized Bank valid for the period of empanelment will need to be executed by the successful empanelled consultancy firm before signing of the contract.
12 Section VI - Terms and conditions of Empanelment 1. Post empanelment process 1.1 The empanelment shall initially be for a period of two years extendable to another one years upon review of performance and on mutually agreed terms. 1.2 The Implementing departments/bsedc would specifically define the scope of engagement, which may include components and call for a limited Request For Quotation from amongst the empanelled firms/companies based on following methods: a) Least Cost Method b) Quality Based Selection Method c) Quality and Cost based Selection Method 1.3 During evaluation of limited commercial proposals Weightage will be given on key technical resources assigned for the project. 1.4 After following an appropriate evaluation mechanism, the Implementing Agencies would issue a work order for the assignment to the most suitable bidder. 1.5 The payment terms, penalties for delays in completion of the Project shall be Finalized by the respective Implementing departments /BSEDC while awarding the work order. 2. Terms and conditions 2.1 Termination of empanelment: The BSEDC may at any time terminate the empanelment by giving a written notice to the firm/company without any compensation if the empanelled firm/company becomes bankrupt or otherwise insolvent or in case of dissolution of the firm or winding up of the company, provided that such termination will not prejudice or effect any right of action or remedy, which has accrued thereafter to the BSEDC. The empanelment shall also be terminated in case of breach of any of the terms and conditions of empanelment. 2.2 No claim certificate: The empanelled firm/company shall not be entitled to make any claim, whatsoever, against the BSEDC under or by virtue of or arising out of the empanelment nor will the BSEDC entertain or consider any such claim for the jobs accepted post empanelment. 2.3 Confidentiality: The empanelled firm/company and their personnel shall not, either during the term or after expiration of this empanelment, disclose any proprietary or confidential information relating to the services, contract or business or operations of the BSEDC, without the prior consent of the BSEDC. 2.4 The empanelled firm/company shall not outsource the work to any other associate/franchisee/third party under any circumstances. 2.5 Change of name of the firm/company: During the period of empanelment If the name of the firm/company (or its division) has undergone a change due
13 to acquisition, amalgamation etc, the firm/company shall inform the BSEDC within one month. In such cases, all the obligations under the contract with the BSEDC should be passed on for compliance to the new company or division. 2.6 The empanelled firm/company shall indemnify the BSEDC of any infringement of third party rights be they under the Patents Act or the Intellectual Property Rights. 2.7 Force Majeure: For the purpose of this clause, Force Majeure shall mean an event that is unforeseeable, beyond the control of the parties and not involving the parties fault or negligence. Such events may include acts of the Government either in its sovereign or in its contractual capacity, war, civil war, insurrection, riots, revolutions, fire, floods, epidemics, quarantine, restrictions, freight, embargoes, radioactivity and earthquakes. The empanelled firm/company shall not be liable if the delay in the discharge of its obligations under this agreement is the result of an event of Force Majeure as defined above. If a Force Majeure situation arises the empanelled firm/company shall promptly notify to the BSEDC in writing of such conditions and the cause thereof. Unless otherwise directed by BSEDC in writing, the empanelled firm/company shall continue to perform its obligations under this Agreement, as far as it is reasonably practical and shall seek all reasonable means of performance not prevented by the Force Majeure event. Arbitration and jurisdiction: Any dispute between the parties as to matters arising pursuant to this contract, which cannot be settled amicably within thirty (30) days after receipt by one party of the other party s request for such amicable settlement, may be submitted by either party for settlement. if the dispute(s) is not resolved amicably then it shall be referred to arbitration and shall be dealt as per the provisions of the Bihar Public Works Contract Arbitration & Tribunal Act 2008 by a sole Arbitrator.
14 Section VII - Standard Forms PRE-QUAL FORM-1: PRE-QUALIFICATION PROPOSAL SUBMISSION FORM (To be submitted on the letter head of the bidder) To: Managing director, BSEDC Address: Beltron Bhawan,Shastri Nagar, Patna, Bihar Subject: Submission of the Pre qualification Proposal for empanelment with BSEDC for providing Software solutions to the Central and State Government department s project. Dear Sir, We, the undersigned, offer to provide Software solutions (strike out whichever is not applicable) to the Central and State Government Departments that are implementing the projects in accordance with your Request for Empanelment dated and our Proposal. We are hereby submitting our Proposal, which includes this Pre-Qualification Proposal, a Technical Bid and the Commercial bid will be submitted online only. We hereby declare that all the information and statements made in this Pre-Qualification Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We agree to abide by all the terms and conditions of the RFE document. We understand you are not bound to accept any proposal you receive. Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date: PRE-QUAL FORM-3: BIDDERS ORGANIZATION AND EXPERIENCE 1 Name of the bidder 2 Mailing address in India 3 Telephone and fax number 4 address
15 5 Name and designation of the Authorised Representative of the bidder Year of establishment and constitution of organization 6 Sl No Pre Qualification criteria Supporting documents ComplianceYes / No The bidder should be a Company registered in India under the Companies Act 1956 or a partnership registered under the India Partnership Act 1932 with their Certificate of registered office in India for the last Incorporation/ 1 five years. Registration The bidder should be operating in the field of Software development and software solutions.. The bidder should have an average turnover of at least Rs.50 Lakhs(Rupees Fifty Lacs) in last three financial years , and ) for category A. 25 Lakhs for category B and atleast 5 lacs for Category C The bidder should have completed at least 3 assignments of similar nature involving software development in a large Enterprise/ Government environment for category A, atleast 2 projects for category B and atleast 1 project for category C The bidder should have at least 15 full time Application development professionals for the past one year for category A. 10 full time Application development professionals for the past one year for category B and 5 full time Application development professionals for the past one year for category C. The bidder should be an individual organization. Consortium shall not be allowed. Attested copy of the Memorandum and Articles of Association /Byelaws/Partnership Deed. Audited/Certified Annual Financial Statements and Annual Report for the financial years ( , and ). Work Order and Completion Certificate/ Client Certificate for previous experience cited. Certificate from the bidder. Certified statement from the current Statutory Auditors of the bidder.
16 8 9 The bidder should not currently have been blacklisted by any Government Agency or under a declaration of ineligibility for fraudulent or corrupt practices or inefficient/ineffective performance. The bidder should have submitted the non-refundable RFE document fee and the EMD as mentioned at para and respectively. Certified statement from the current Statutory Auditors of the bidder. to be paid either through online mode or manual mode (BG or DD). In case of manual mode of payment of EMD, the original hardcopy of the EMD which may be a DD/BG and that should be submitted to BSEDC within next working day of tender submission date. Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date: TECH FORM-1: TECHNICAL BID SUBMISSION FORM (To be submitted on the letter head of the bidder) To: Managing director, BSEDC Address: Beltron Bhawan,Shastri Nagar, Patna, Bihar Subject: Submission of the Technical bid for empanelment with BSEDC for providing /software solutions to the Central and State Government departments for Various project. Dear Sir: We, the undersigned, offer to provide Software solutions (Strike out whichever is not applicable)to the Central and State Government Departments that are implementing the Various project in accordance with your Request for Empanelment dated and our Proposal.
17 We are hereby submitting our Proposal, which includes this Technical bid and the Commercial bid. We hereby declare that all the information and statements made in this Technical bid are true and accept that any misinterpretation contained in it may lead to our disqualification. We agree to abide by all the terms and conditions of the RFE document. We would hold the terms of our bid valid for 90 days as stipulated in the RFE document. We understand you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date: TECH FORM-2(A): BIDDERS OVERALL EXPERIENCE AND ORGANISATIONAL STRENGTH Sl No Name of the assignment Client (Government dept / Private) Supporting documents (Work order and Completion certificate, Client certificate to be enclosed) Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date:
18 TECH FORM-3(A): BIDDERS OVERALL EXPERIENCE IN SOFTWARE DEVELOPMENT Sl No Citations of the previous experience Supporting documents Remuneration band Rs 25 lakh to Rs 50 lakh Work order copy to be enclosed. 1 Do 2 Do 3 Do Remuneration band Rs 50 lakh to Rs 1 Do crore 1 Do 2 Do 3 Do Remuneration band Rs 1 crore to Rs 5 Do crore 1 Do 2 Do 3 Do Remuneration band more than Rs 5 Do crore 1 Do 2 Do 3 Do Do The citation should indicate brief write up (a) the scope of work (b) man month effort put in by the Bidder (iii) the composition of the team deployed and (iv) specific nature of the servicesprovided. Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date:
19 TECH FORM-4(A): BIDDERS APPROACH AND METHODOLOGY THE BIDDERS SHOULD PREPARE A POWER POINT PRESENTATION AND PROVIDE HARD COPY OF THE PRESENTATION AS A PART OF THIS FORM. THE PRESENTATION SHOULD DEMONSTRATE THE UNDERSTANDING OF THE SCOPE AND THE PROPOSED APPROACH AND METHODOLOGY. AS MENTIONED IN PARA (SL NO B1 AND B2) A SCENARIO SHOULD BE VISUALISED FOR DEMONSTRATING THE UNDERSTANDING THE SCOPE AND THE PROPOSED APPROACH AND METHODOLOGY. Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date: TECH FORM-5 (A): QUALIFICATION AND COMPETENCE OF PROFESSIONAL STAFF Sl No Resource Category Prescribed Qualifications Minimum Prescribed experience Number of full time resource persons (for each resource category) for the last one year Number of full time resource persons (out of Col 5 fulfilling the prescribed qualification Number of full time resource persons (out ofcol 5 fulfilling the prescribed experience criteria Technology Advisor/ Sr Solution Architect 2 Solution Architect BE/B Tech /MCA with specialization in computers Do 15 years (with ability to steer the project ab initio) 10 years (Ability to assess project needs in various domains)
20 3 Project Manager Do 10 years ( In managing large software development projects) 4 Software designer 5 Tech lead/sr Developer Do Do 5 years (in software designing for large software development projects) 3 years (In software development projects) 6 Developer Do 1 year (In software development projects) 7 Resource for providing training Do 1 year (In software development projects) Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date: TECH FORM-6: STATEMENT FOR SEEKING CLARIFICATIONS AND DEVIATIONS IN THE RFE (FOR ALL BIDDERS) Dear Sir, The following are the clarifications and deviations sought for on the terms and conditions and Scope of Work against this RFE. These clarifications and deviations are exhaustive. Sl No Section No Para No Page No Statement of clarifications /Deviations Remarks
21 Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Location: Date: Annexure- A (Format of Bank Guarantee) To, The Managing Director, BSEDC Limited, Beltron Bhawan, Shastri Nagar, Patna Whereas...(hereinafter called the Bidder ) has submitted its Bid dated... (date of submission of Bid) for empanelment of software firms in terms of the Tender dated. issued by the Managing Director of Bihar State Electronics Development Corporation Limited, Patna, (hereinafter called the Bid ). Whereas as per Section * Clause * of the Bid, the Bidder is required to furnish a bank guarantee as Performance Guarantee from a scheduled nationalised bank (Ban k Guarantee) In consideration of the fact that the Bidder is our valued customer and the fact that he has submitted the Bid, we, (name and address of the bank), (hereinafter called the Guarantor Bank ), has agreed to bind ourselves, our successors, and assigns to irrevocably issue this Bank Guarantee and guarantee as under NOW THIS GUARANTEE WITNESSETH: - 1. If the Bidder (a) having been notified of the acceptance of its Bid by the Managing Director of Bihar State Electronics Development Corporation Limited, Patna, during the period of Bid Proposal validity: (i) (ii) fails to perform as per the contract obligations. On invoking of Section * Clause *** Termination for Default ; The Guarantor Bank shall immediately on demand pay the Managing Director of Bihar State Electronics Development Corporation Limited, Patna,, without any demur and without the Managing Director, Bihar State Electronics
22 Development Corporation Limited having to substantiate such demand a sum of Rs (Rupees Fifty Thousands only). 2. The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the demand made by the Managing Director, Bihar State Electronics Development Corporation Limited, notwithstanding any objection or dispute that may exist or arise between the Managing Director of Bihar State Electronics Development Corporation Limited, and the Bidder or any other person. 3. The demand of the Managing Director of Bihar State Electronics Development Corporation Limited, on the Guarantor Bank for the payment of the Guaranteed Amount, shall be deemed as the final proof of fulfillment of the conditions stipulated in (1) above. 4. This Guarantee shall be irrevocable and shall not be discharged except by payment of the above amount by us to the Managing Director of Bihar State Electronics Development Corporation Limited and our liability under this Guarantee shall be restricted to the Guaranteed Amount being Rs (Rupees fifty thousands Only). 5. If it is necessary to extend this Guarantee on account of any reason whatsoever, we undertake to extend the period of this Guarantee on the request of the Bidder under intimation to the Managing Director of Bihar State Electronics Development Corporation Limited. 6. To give full effect to the Guarantee contained herein, the Managing Director of Bihar State Electronics Development Corporation Limited, Patna, shall be entitled to act as if the Guarantor Bank is the principal debtor in respect of claims against the Bidder and the Guarantor Bank hereby expressly waives all its rights of surety-ship and other rights, if any, which are in any way inconsistent with any of the provisions of this Guarantee. 7. Any notice by way of demand or otherwise may be sent by special courier, telex, fax, registered post or other electronic media to our address as afore-said and if sent by post, shall be deemed to have been given to us after expiry of 48 hours when the same has been posted. 8. Our liability under this Guarantee will continue to exist until a demand is made by the Managing Director of Bihar State Electronics Development Corporation Limited, in writing or up to and including 4 year from the date of signing of contract, i.e. up to 2018, and any demand in respect thereof should reach the Bank not later than the above date. Dated. this.. day Yours faithfully, For and on behalf of the. Guarantor Bank, (Signature)
23 Designation (Address and Common Seal of the bank. Annexure- B (E-tendering Details) Submission of Proposals (Through electronic mode only) 1. The bidder shall submit his bid/tender on e-procurement platform at 2. The bidder must have the Class II/III Digital Signature Certificate (DSC) and e-tendering User-id of the e-procurement website before participating in the e-tendering process. The bidder may use their DSC if they already have the DSC. They can also take DSC from any of the authorized agencies. For user-id they have to get registered themselves on e-procurement website and submit their bids online on the same. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-procurement platform. 3. The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats given in e-procurement web site at the respective stage only. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria / technical bids and other certificate /documents in the e-procurement web site. The bidder shall digitally sign on the supporting statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. The bidder shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the tender notice and bid document. 4. All the required documents should be attached at the proper place as mentioned in the e-forms otherwise the tender of the bidder will be rejected. 5. Tender Processing Fee (TPF)to be paid through e -Payment mode (i.e. NEFT / RTGS, Net Banking, Credit / Debit Card) only. 6. Cost of BOQ/ Form Fee to be paid through e-payment mode (i.e. NEFT / RTGS, Net Banking, Credit / Debit Card) only. 7. Earnest Money Deposit (EMD) can be paid either through online mode or manual mode (BG, DD etc). In case of manual mode of payment of EMD, the original hardcopy of the EMD which may be a DD/NSC/KVP/BG or any other instrument that should be submitted in the tendering authority office within the next working day after tender closing date. Note: "Bids along with necessary online payments must be submitted through e-procurement portal before the date and time specified in the NIT/RFP. The department/tendering Authority doesn't take any responsibility for the delay / Non Submission of Tender / Non Reconciliation of online Payment caused due to Non-availability of Internet Connection, Network Traffic / Holidays or any other reason."
24 8. The tender opening will be done online only. 9. Any corrigendum or date extension notice will be given on the e-procurement website only. 10. For support related to e-tendering process, bidders may contact at following address e- Procurement HELP DESK First Floor, M/22, Bank Of India Building, Road No-25, Sri Krishna Nagar, Patna Ph. No: , Mob or may visit the link Vendor Info at
TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)
Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals
TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY
TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY NIT No.: 592/16 Date:21.01.2016 Last Date and Time for submission of Bid: 04.02.2016 up to 02:00 PM Bihar State Electronics Development Corporation
Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice
CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) Regional Office : No.4 North Avenue,Srinagar Colony,Saidapet, Chennai 15. Phone : 22201216/0350 Fax. 22200068. E-Mail :[email protected]
HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.
HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.15 Online E-tenders are invited in Two-Bid System for
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
E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016
~~ Government of India Ministry of ExternaL Affairs (Haj Division) E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016 Tender No: M/Haj/1183/09/2016
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
Oracle Financial Services Applications
Small Industries Development Bank of India REQUEST FOR PROPOSAL FOR RENEWAL OF ANNUAL TECHNICAL SUPPORT (ATS) Oracle Financial Services Applications (ALM & FTP components) Tender No.: 400/2012/815/BYO/ISD
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 No. RSTV/TKSA/Technical/2014 Admn 07 April, 2014 TENDER NOTICE FOR INTERNET CONNECTIVITY Sealed tenders
E-Mail:- [email protected] NOTICE INVITING TENDER
West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office of the PM Purulia R. E. Project N.R.E.P. Building, 2 nd. Floor, PO & Dist.- Purulia,Telephone Fax No.03252
CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.
CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI. E-TENDER DOCUMENT FOR APPOINTMENT OF REGULAR H&T CONTRACTOR AT CW, CHROMEPET, CHENNAI. DATE FOR DOWNLOADING TENDER
JHARKHAND STATE ELECTRICITY BOARD
JHARKHAND STATE ELECTRICITY BOARD NIT for Supply of Oracle e- Business Suite Application User Software Licenses and Annual Technical Support Tender Ref. No.: NIT 714/PR/JSEB/13-14 JHARKHAND STATE ELECTRICITY
Expression of Interest. Scanning of Documents
1 Expression of Interest Scanning of Documents Directorate of Secondary Education, Haryana Shiksha Sadan, Sector-5, Panchkula (India) Tel: 0172-2560269, Fax: 0172-2560264 Email: [email protected]
(A K Chatterjee ) Sc. F & Head, BIS-DSBO
BUREAU OF INDIAN STANDARDS (Durgapur Sub Branch Office) Our Ref: DSBO/CA Tender/2014 NOTICE INVITING QUOTATIONS FOR HIRING TAX CONSULTANCY/OUTSOURCING OF ACCOUNTS WORK THROUGH TALLY PACKAGE & MANUAL BASIS
NOTICE INVITING e-tender NOTICE (3 BOT -3 Envelopes Open Tender) (Bid Invitation No. 1000011060)
Ref: AAI /VNS/AGM (E-E)/e-NIT-9/2015-16/ Date: 19/08/2015 NOTICE INVITING e-tender NOTICE (3 BOT -3 Envelopes Open Tender) (Bid Invitation No. 1000011060) 1. Item rate(s) tenders are invited through, the
LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)
Tribal Cooperative Marketing Development Federation of India Ltd.(TRIFED) (Ministry of Tribal affairs, Govt. of India), NCUI Building, 2 nd Floor, 3, Siri Institutional Area, August Kranti Marg, New Delhi-110016.
School of Open Learning University of Delhi
` School of Open Learning University of Delhi REQUEST FOR PROPOSAL FOR RENEWAL OF ORACLE ANNUAL TECHNICAL SUPPORT Dated:25/10/12 Cost: Rs.500/- Last Day of Submission:9/11/2012 Request for Proposal (RfP)
NOTICE INVITING PROPOSAL
NOTICE INVITING PROPOSAL Sl. Pg. 1 1. CIDCO of Maharashtra Limited through the process of e-tendering invites On-line Proposal from single business entities fulfilling the eligibility criteria for PMIC
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
Request for Proposal For
Request for Proposal For FOR CREATION OF GIS DATABASE OF ALL DEPARTMENTS OF UT OF DADRA AND NAGAR HAVELI DADRA & NAGAR HAVELI, PLANNING AND DEVELOPMENT AUTHORITY, 1 st floor, South wing, New Collectorate
100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:
Technical Requirement and Specifications for Hiring of 100 Mbps Dedicated Uncompressed Symmetric Internet Bandwidth (1:1) Connectivity through Optic Fibre Leased Line for CSIR-CIMFR, Digwadih Campus, Dhanbad-828108
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
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. November 2013 BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION
PQ Value No. Tender(Rs) (Rs.)
NOTICE INVITING TENDER (NIT) PRESS TENDER NOTICE(Two Cover System) DT.27.06.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"
SELECTION OF CONSULTANT
Request for Proposals RFP Ref. No. CERSAI/Notification/2015-687 Dated 12.01.2015or SELECTION OF CONSULTANT CONSULTANCY SERVICES FOR DATA QUALITY ASSESSMENT OF CERSAI Central Registry of Securitisation
TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON
Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION
National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059
National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone: 011-26927059 NOTICE INVITING TENDER FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND TESTING
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
NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789)
Ref: AAI /VNS/AGM (E-E)/e-NIT-16/2015-16/ Date: 13/01/2016 NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789) 1. Item rate(s) tenders are invited through, the e-tendering
REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS
1/10 REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS Delhi Development Authority Medical Cell VikasSadan,
NOTICE INVITING TENDER (NIT) Bid Notification No.: CWC/MIS-CWC-Payroll/2014-15 THROUGH e-tendering PROCESS
NOTICE INVITING TENDER (NIT) Notification No.: CWC/MIS-CWC-Payroll/2014-15 THROUGH e-tendering PROCESS 1.0 The open enquiries through e-tendering are herewith invited for Outsourcing of Payroll Services
Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business
Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business Reference Number: RFP P&D(39)/184 /2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications
Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software
NATIONAL HEALTH SYSTEMS RESOURCE CENTRE NIHFW Campus, Baba Gangnath Marg, Munirka, New Delhi - 110067 TENDER DOCUMENT UNDER TWO BID SYSTEMS NAME OF WORK Tender Document for Supply, Implementation & Maintenance
TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE
TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE NIT No. 2659/DCFS/JPG/NFSA/15, Dated : 24/08/2015 1 Section-I District Magistrate, Jalpaiguri, Government of West Bengal Invites
भ रत य कप स नगम ल मट ड
भ रत य कप स नगम ल मट ड THE COTTON CORPORATION OF INDIA LTD. (भ रत सरक र क उप म) (A Government of India Undertaking) कप स भवन, ल ट न. 3/ए, स टर-10, स.ब.ड. ब ल प र, नव म बई-400614 Kapas Bhavan, Plot No.3-A,
Dated 14 July, 2015. Director (A&F) NHIDCL
National Highways & Infrastructure Development Corporation Ltd. (A Public Sector Undertaking in the Ministry of Road Transport and Highways, Govt. of India) 3 rd Floor, PTI Building, 4 - Parliament Street,
Selection of Digital Promotion & Marketing Consultant. for. the Ministry of Tourism, Government of India
1 MINISTRY OF TOURISM GOVERNMENT OF INDIA Request For Proposal (RFP) Selection of Digital Promotion & Marketing Consultant for the Ministry of Tourism, Government of India File No.:11.IT(1)/2015 Date :
Limited Tenders for the work of : Web Hosting Space for UGVCL s website.
Limited Tenders for the work of : Web Hosting Space for UGVCL s website. 1 INSTRUCTION TO BIDDER & CONDITIONS OF CONTRACT Web Hosting Space for our website. LIMITED TENDER ENQUIRY NO. :-02/2006 UTTAR GUJARAT
TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS
TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS THROUGH ADVERTISED TENDER TENDER NOTICE External Publicity
1. Technical Offer Submission Sheet
8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.
(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
EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS
EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS Expression of Interest for empanelment of civil and other contractors KMRL/PROJ/AM CIVIL III/2015/803/EOI 07-15 29/07/2015
TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM
NORTH A Grade NAAC-Reaccredited (3 rd Cycle) ÓŸÖ üß Öê ü¾öæ ÖÖ Ö µööêÿö NORTH MAHARASHTRA UNIVERSITY P.B.NO. 80,UMAVI NAGAR, JALGAON-425001 Telephone No- (0257) 2257239,240,241 Fax No.(0257) 2258406 Website
TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.)
Ref No.:Advt. No.1/2008 Price :Rs.2000.00 ISSUED TO : Date : TENDER DOCUMENT FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012 LAST DATE AND TIME FOR SALE OF TENDER DOCUMENTS
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.
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES FOR THE NABARD FINANCIAL SERVICES NABARD Financial Services Limited # 190, Rashtriya Vidyalaya Road, Jayanagar 2nd Block, Bengaluru-560
Service Level Agreement for providing Annual Maintenance Services for STPI.in Project
Annexure SLA Service Level Agreement for providing Annual Maintenance Services for STPI.in Project This SERVICE LEVEL AGREEMENT is made on this the between Director, STPI Bangalore, Bangalore 560 100 (hereinafter
TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.
Government of India Directorate of Film Festivals Ministry of Information & Broadcasting Siri fort Auditorium Complex August Kranti Marg New Delhi-110049 Dated:-17.05.2013 TENDER FOR ANNUAL MAINTENANCE
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
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI CONTACT PERSON: SH. B.P. MEENA Room no. 327, C.R. BUILDING I.P. ESTATE, NEW
REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED
REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED Information Technology Department Head Office, National Housing
Request For Proposal (RFP) for Empanelment of IT Consultants for Bank
RFP Reference No : OBC/HO/DIT/RFP-CONS/03 / 2010-11 Request For Proposal (RFP) for Empanelment of IT Consultants for Bank Oriental Bank of Commerce Department of Information Technology Head Office New
TENDER DOCUMENT FOR EMPANELMENT OF MANPOWER CONSULTANTS/ HR RECRUITMENT AGENCY FOR HIRING & PAYROLL MANAGEMENT OF CONTRACTUAL MANPOWER AT MAP_IT
TENDER DOCUMENT FOR EMPANELMENT OF MANPOWER CONSULTANTS/ HR RECRUITMENT AGENCY FOR HIRING & PAYROLL MANAGEMENT OF CONTRACTUAL MANPOWER AT Madhya Pradesh Agency for Promotion of Information Technology State
period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )
INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH (IISER) PUNE SECTION I -NOTICE INVITING TENDER NIT NUMBER: IISER/PUNE/40/2011-2012 1 The Project Engineer cum Estate Officer on behalf of the Director
Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP
Request for Techno-Commercial Proposal Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Dr. Marri Channa Reddy Human Resource Development Institute of Andhra Pradesh
(No.-IIITD/S&P/05/2012-13) Page 1 of 16
REQUEST FOR PROPOSAL (RFP) FOR IMPLEMENTATION OF ISO QUALITY STANDARDS (ISO 9001:2008 QUALITY MANAGEMENT SYSTEM) OF THE INSTITUTE AT OKHLA, NEW DELHI-110020 (No.-IIITD/S&P/05/2012-13) Page 1 of 16 1. INTRODUCTION,
Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016
REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference
TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12
TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY NIT No. Last Date of Submission Date of Opening : NITJ/Pur/01/2013 : 20.03.2013 at 11:30 AM 20.03.2013 at 2:00 PM Ref No/Pur/316/12 Dr. B R Ambedkar
Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016
Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 A. BRIEF PROJECT REQUIREMENT Bank of Baroda has a
EXPRESSION OF INTEREST (EOI) for. EMPANELMENT OF TECHNICAL RESOURCE- GROUP with BSEDC LTD. for e-governance PROJECTS
EXPRESSION OF INTEREST (EOI) for EMPANELMENT OF TECHNICAL RESOURCE- GROUP with BSEDC LTD. for e-governance PROJECTS NIT Number:- BSEDC/1936 /15 Date: 31 / 03 /2015 Bihar State Electronics Development Corporation
Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road
Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business 31.08.2015 HO : Near Bajrang Bhawan, Delhi Road Rohtak 124 001 (Haryana) www.shgb.co.in A. General Information
e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16
U.T. ADMINISTRATION OF DAMAN & DIU O/o THE ASSISTANT DIRECTOR OF EDUCATION / DISTRICT PROJECT OFFICER, SARVA SHIKSHA ABHIYAN MISSION, DISTRICT PANCHAYAT, DHOLAR, MOTI DAMAN 396 220. Tender Notice No. ADE/EE/SSA/Biometrics/2015-16/617
Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur
Tender for Providing the 155 MBPS Internet Leased Line Connectivity at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/1/5(VII)/2013-14/47 NIT Issue Date : December 23, 2013 Last Date of Submission
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER OIL INDIA LIMITED (OIL) invites sealed tenders under single
Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees
Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees of Forest Directorate Government of West Bengal Government of West Bengal Forest
Request for Proposal Scanning of Policy and non policy documents at SBI Life HO
Request for Proposal Scanning of Policy and non policy documents at SBI Life HO SBI Life Insurance Co Ltd RFP for Centralized Scanning Services Page 1 1. INTRODUCTION AND BACKGROUND SBI Life is a joint
E-Tender. Service Description. Time CGG 3851 P15 25-07-2014
OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: [email protected] E-Tender OIL INDIA LIMITED invites Competitive
REQUEST FOR PROPOSAL ESTABLISHMENT OF NRC CALL CENTRE UNDER NATIONAL REGISTER OF CITIZEN (NRC), ASSAM
REQUEST FOR PROPOSAL ESTABLISHMENT OF NRC CALL CENTRE UNDER NATIONAL REGISTER OF CITIZEN (NRC), ASSAM NOT TRANSFERABLE OFFICE OF THE COMMISSIONER & SECRETARY TO THE GOVERNMENT OF ASSAM, POLITICAL DEPARTMENT
PQ Value No. Tender(Rs) (Rs.)
NOTICE INVITING TENDER (NIT) OPEN TENDER NOTICE(Two Cover System) DT.30.01.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"
TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP)
TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP) For engagement of a Software Development firm for Developing a Dedicated Website
Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014
RURAL ELECTRIFICATION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) Registered Office: Core-4, Scope Complex,7-Lodi Road, New Delhi-110003 Ph. 011-24363613, Fax. 0114309-1515 Ref. REC/Adm. (Estate)/2013-14/
EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing
Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last
Request for Proposal [RFP]
Request for Proposal [RFP] For selection of Third Party Auditor For Punjab State Wide Area Network & Integrated Financial Management System (IFMS) / Integrated Workflow Document Management System (IWDMS)
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
NOTICE INVINTING QUOTATION
Agricultural Produce Marketing Committee (Market of National Importance) (Govt. of NCT of Delhi) Office Complex, NFM Phase-II, Sarai Pipal Thala, Azadpur, Delhi-110033. Ph. (O): 27691602, Fax: 27691762,
Vehicle Tracking & Monitoring System (VTMS) Part 2: General Instructions & Commercial Specifications. Due date: 19-07-2011 at 17:00 Hours
Vehicle Tracking & Monitoring System (VTMS) Part 2: General Instructions & Commercial Specifications Due date: 19-07-2011 at 17:00 Hours 2011 2 The document is part 2 of the set of specifications covering
SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS
ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)
Conditions of Supply of Internet Services
Conditions of Supply of Internet Services Terms and Conditions for domain name registrations Print this page. The Kirby Group Registration Agreement In this registration agreement ('Agreement'), the terms
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
Madhya Pradesh Madhyam
Offer For Empanelment of Digital & Social Media Promotional Agency For Madhya Pradesh Madhyam (A Govt. of M.P. Undertaking) Under the Public Relations Department, Govt. of Madhya Pradesh, Bhopal Address
For providing Facility Management Services of IT Infrastructure at College of Engineering Pune
College of Engineering Pune-411 005 INVITATION OF TENDER For providing Facility Management Services of IT Infrastructure at College of Engineering Pune Cost of document Rs. 500/- Page 1 of 12 COLLEGE OF
E-Tender. Director on behalf of the Punjab State Council for Education Research & Training invites e tenders for the job of Online Counseling.
STATE COUNCIL OF EDUCATION RESEARCH AND TRAINING, PUNJAB Block-E, Education Bhawan, 6 th Floor, Phase-8, Mohali Phone: 0172-2212221 E mail:[email protected] E-Tender Notice Inviting e Tender for Online
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
END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE
END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE IMPORTANT: BY INSTALLING THIS SOFTWARE THE LICENSEE ACCEPTS THE TERMS AND CONDITIONS CONTAINED HEREIN AND THIS AGREEMENT ENTERS INTO FORCEBETWEEN
Corrigendum Document. For. Selection of Agency
Corrigendum Document For Selection of Agency To Establish Comprehensive Call Centre for Department of Health & Family Welfare, Govt. of Himachal Pradesh Mission Director, National Health Mission Department
Consultant s Services Small Assignments, Lump-Sum Payments
STANDARD AND SAMPLE CONTRACT FOR Consultant s Services Small Assignments, Lump-Sum Payments Public Procurement Authority Accra, Ghana April, 2014 Table of Contents SECTION I: CONTRACT FORM... 1 Services...
From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015
P a g e 1 From Head, Computer Centre PEC University of Technology Chandigarh To Memo No. PEC/CC/15/225-235 Dated: Chandigarh the: December 09, 2015 Subject: Quotations for providing 32 MBPS (1:1) Internet
Invites Offers from Consulting Actuary
Invites Offers from Consulting Actuary The Chief General Manager, Postal Life Insurance, Chanakyapuri P.O. building, New Delhi-110021 invites offers from interested fellow members of the Actuarial Society
GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER
GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER No. AASC (IT) 33/2015/6 Dated Guwahati the 4 th of August, 2015 Sealed tenders
Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh
From Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh To Memo No. PEC/CSE/ Dated: Chandigarh the: Subject: Quotations for providing Internet leased line
Advertised Tender Enquiry Documents INDIAN INSTITUTE OF TECHNOLOGY (BHU), VARANASI (NOTICE INVITING TENDER) Particle Image Velocimetry (PIV) 3D
Advertised Tender Enquiry Documents INDIAN INSTITUTE OF TECHNOLOGY (BHU), VARANASI (NOTICE INVITING TENDER) On behalf of the Director, IIT (BHU) Varanasi, sealed item rate tenders from manufactures (or
HIRING OF ACCOUNTANTS
HIRING OF ACCOUNTANTS Sealed tenders are invited from experienced and reputed Manpower Agencies for outsourcing of the services of 2 (two) Accountants for work in the Ministry as detailed below: Requirement
Expression of Interest cum Request for Proposal (RFP)
Expression of Interest cum Request for Proposal (RFP) Appointment of Web Application Development Service Provider for Academic monitoring And Analysis System (AMAS) Rehabilitation Council of India, Department
Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year 2014-1 5.
National Human Rights Commission Manav Adhikar Bhawan, C-Block, GPO Complex, INA, New Delhi-110023 INDIA Fax : 91-01 1-24651329 E-mail : nhrcga@
CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract
CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]
REQUEST FOR PROPOSAL FOR DEVELOPMENT, IMPLEMENTATION & MAINTENANCE HRM SOFTWARE FOR
REQUEST FOR PROPOSAL FOR DEVELOPMENT, IMPLEMENTATION & MAINTENANCE OF HRM SOFTWARE FOR BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR Address for communication:
KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)
KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification (Two Cover System) Through e-procurement Portal only Bid Notification No.: LO/CSD/VC/ Date: 14.05.2015
