Ranchi Municipal Corporation
|
|
|
- Dora Wells
- 9 years ago
- Views:
Transcription
1 Ranchi Municipal Corporation Invitation of offers from reputed software firms for design, development, implementation and maintenance of Project, fund management and monitoring system for engineering section At Ranchi Municipal Corporation :: Address for Communication: The Municipal Commissioner Ranchi Municipal Corporation Kutchury, Ranchi Phone: Fax: website: 1
2 D I S C L A I M E R 1. Although ample care has been taken while issuing this Tender Document, the Bidder should satisfy himself that the document is complete in all respects. Intimation of any discrepancy shall be given to our office immediately. If no intimation is received by this office within 3 days from the date of issue of the Tender Document, then this office shall consider that the Document received by the Bidder is complete in all respects and that the Bidder is satisfied that the Tender Document is complete in all respect. 2. R.M.C reserves the right to change any or all of the provisions of this Tender Document before date of submission. Such changes would be intimated to all parties procuring this Tender Document before date of submission. 3. R.M.C reserves the right to reject any or the entire tender without assigning any reasons whatsoever. No correspondence will be entertained on this account. Signature of Purchaser: Signature of The Municipal Commissioner Ranchi Municipal Corporation 2
3 Table of Contents S.No Content Page no Ranchi Municipal Corporation 5 1 SCOPE OF WORK 6 2 COST OF DOCUMENT 9 3 ELIGIBILITY CRITERION 9 4 BIDDER ENQUIRIES AND RMC RESPONSE 10 5 PROPOSAL PREPARATION COSTS 10 6 RIGHT TO TERMINATE PROCESS 10 7 BID SECURITY AND ITS AMOUNT 11 8 DUE DATE AND TIME 11 9 BID OPENING TENDER REJECTION CRITERIA PROPOSAL INSTRUCTIONS AND CONDITIONS PRE-QUALIFICATION PROPOSAL TECHNICAL PROPOSAL COMMERCIAL PROPOSAL OUTER COVER SIGNATURE SUBMISSION OF PROPOSAL PERIOD OF VALIDITY OF PROPOSAL AMENDMENT OF REQUEST FOR PROPOSAL BID EVALUATION PROCESS EVALUATION OF PRE-QUALIFICATION BIDS EVALUATION OF TECHNICAL BIDS CRITERION OF EVALUATION OF TECHNICAL BIDS EVALUATION OF COMMERCIAL BIDS JOINT TECHNICAL & COMMERCIAL EVALUATION NEGOTIATION WITH SUCCESSFUL BIDDER AWARD OF CONTRACT LETTER OF ACCEPTANCE FORFEITURE OF EMD SIGNING OF CONTRACT PERFORMANCE BANK GUARANTEE (PBG) RELEASE OF WORK ORDER EXECUTION OF WORK ORDER ASSIGNING THE TENDER ON THE WHOLE OR PART SUBMISSION OF DELIVERABLES DELIVERY SCHEDULE 22 3
4 24 PAYMENT TERMS OTHER TERMS AND CONDITIONS PUBLICITY LIQUIDATED DAMAGES ORDER OF CANCELLATION INDEMNITY ANNEXURE I ANNEXURE II ANNEXURE III 31 4
5 The Ranchi Municipal Corporation (R.M.C) is best known for his mammoth service to the citizen of Ranchi. We always attempt to provide best services to our people of Ranchi. We are one of the municipal corporations of Jharkhand which was selected under JNNURM (Jawaharlal Nehru National Urban Renewal Mission) scheme for the development of our city as well as qualified in top 100 cities in Smart City Project. In present scenario development can t be achieved completely without the growth of information technology, And in modern management system, timely flow of information is cherished by everybody. To promote the information technology at R.M.C so that our people can access the information about their queries in minimum possible time, we are adopting the e-governance. The objective of deployment of such information technology tools and applications is to remain focused on having a transparent administration, quick service delivery, effective MIS, and general improvement in the service delivery link. So to promote the e-governance, Ranchi Municipal Corporation invites the sealed quotation for the design, development, implementation and maintenance of Project and fund management and monitoring system for engineering division At Ranchi Municipal Corporation from the well experienced and reputed software development companies. 5
6 1. SCOPE OF WORK The proposed project and fund management and monitoring system should achieve complete project and fund management of the engineering division of RMC. The PFMS encompasses Fund Management, Project Management, Project Monitoring, Generation of BOQ, Estimate Generation, Contractor Management, OSRT and MIS reports. The PFMS Solution should be user friendly and easy to access. The PFMS solution should be developed over DOTNET platform using SQL database as backend. The following is the detailed scope of work for the vendor. Fund Management Receiving Project/Scheme based fund Fund allocation on project basis Monitoring of utilization of fund Payment scheduling Online utilization certificate of funds Reconciliation of funds Fund Surrender Project Management Project Preparation Project Planning Project Controlling Project Execution Project amendment Generation of GANT Chart Time Recording Project Monitoring Work Program, Preparation of CPM/PERT Monitoring of execution of projects Time tracking Monitoring based on critical & parallel activities Periodic evolution chart for progress of the work 6
7 Target checking/tracking Notice generation against project scheduling Tracking of delayed projects Quality check and inspection reports Generation of BOQ Auto generation of Bill of Quantity Amendments on BOQ, due to change of SOR Amendment in BOQ due to non SOR Estimate Generation Online generation of the estimate of the project after site verification Online generation of the estimate for non Schedule item Amendments on estimate Rate analysis of Non SOR Online generation & approval of estimate & BOQ Contractor Management Approval of Bid document. Registration/renewal of contractor Online approval of registration of new contractors Blacklisting / termination of contractors OSRT (offsite real time monitoring system) OSRT (offsite real time monitoring system) to provide real time information of development works carried out by RMC, which records events with date, time and GPS co-ordinates. The solution will be uploaded on the cell phones of the RMC fields officers for the required supervision/ monitoring MIS Reporting Built in GANT Chart & Timeline for the projects/schemes Dynamic & Professional reporting system with visual component like Graph, Chart, and Tabular Information etc. Which can be save/export in PDF, Excel, and Word etc file format. Reports should be generated/developed according to the RMC s requirement. 7
8 Development of the Dashboard to view real time data according to RMC s requirements. Security Role based access to applications The hosting of the application should be on a secure cloud. Online Project Suggestions and Project Proposals A web module also needs to be developed along with mobile application where any Ward Councillor, RMC Official and Citizen can log on to the system with mobile verification OTP, and suggest or propose and projects under their jurisdiction of RMC. Feedback can also be given on the existing running projects. The access for review will be available with the officers who have been delegated the power of the same. The PFMS solution shall be hosted over a reputed and global cloud server eg. Google, Amazon, Microsoft, IBM, etc with all the administrative and ownership rights to RMC. An estimate of the same must be submitted with the financial proposal. a) Training the officials of the RMC Authorities in handling and using the software. The officials attached to computerization cell in RMC should be trained to the operationalization and updating the software and eventual maintenance. b) Development and supply of user manuals (at least 10 copies) with copy right to RMC. c) Assistance in Integration of the proposed PFMS software for plan scrutiny with existing system of e-governance in the form of capturing the work flow and file tracking that may be developed as part of e-governance program in the municipal body. d) The successful bidder shall provide required maintenance support for the developed automated software for the initial one year after the final deployment of software as well as to train the R.M.C IT officials for the maintenance support. The rate for this should be quoted as per part of the bid. e) The entire process should be made user friendly so that all users can avail the facility in with least possible lead time. 8
9 f) The solution proposed by the bidder should be capable of generating various MIS reports as per requirements of R.M.C. g) The ongoing projects will have to be digitized after the award of the work order. 2. COST OF DOCUMENT The Tender document is available for sale against non-refundable payment of Rs. 5,000 (Rupees Five Thousand only) by demand draft drawn in favor of Municipal Commissioner Ranchi Municipal Corporation payable at Ranchi. The Tender Document is not transferable to any other bidder. 3. ELIGIBILITY CRITERION 3.1. The bidder should be a company registered in India under the Companies Act, The bidder should be an established Information Technology company/ IT Services and should have been in this business for a period exceeding Five years as on The Bidding Company should have an average turnover of INR 50 Crores from IT Services during the last 3 years and also should have a Net Worth of at least INR 25 Crores. (Copy of the audited profit and loss account/ balance sheet/ annual report of the last three financial years are required) The Bidding Company should have a valid CMMI Level 3 or above certificates (attach certificates) 3.5. The bidder must have successfully executed at least 5 IT software developments and deployment for Govt., PSU or state Government organization not less than INR 50 Lakhs. (Order copy of the same to be submitted) 3.6. The Bidding Company should submit the completion certificate of at least 2 IT Projects in Central/State Govt. / PSU in India since last 5 years order value not less than INR 50 Lakhs The Bidding Company should have a min of 100 IT Professionals on Company Rolls as of (self certified declaration from the HR department with PF No.). 9
10 3.8. All bids shall be duly signed by a person authorized by the Management or authorized signatory of the company on whose behalf the bid is submitted (Original copy of authorization to be attached) Only one proposal will be accepted from one company The Bidding Company should not have been blacklisted by any Govt. Organization / PSU in India. 4. BIDDER ENQUIRIES AND RMC RESPONSE All enquiries / clarifications from the bidders, related to this tender must be directed in writing exclusively to the contact person notified by RMC. The preferred mode of delivering written questions to the aforementioned contact person would be through registered post or . Telephone calls will not be accepted. In no event will the RMC be responsible for ensuring that bidders inquiries have been received by the RMC. After distribution of the tender, the contact person notified by RMC will begin accepting written questions from the bidders. The RMC will endeavor to provide a full, complete, accurate, and timely response to all questions. However, the RMC makes no representation or warranty as to the completeness or accuracy of any response, nor does the RMC undertake to answer all the queries that have been posed by the bidders. The responses to the queries from all bidders will be distributed to all. No request for clarification from any bidder shall be entertained after fixed date. 5. PROPOSAL PREPARATION COSTS The bidder is responsible for all costs incurred in connection with participation in this process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by RMC to facilitate the evaluation process, and in negotiating a definitive Service Agreement or all such activities related to the bid process. This RFP does not commit the RMC to award a contract or to engage in negotiations. Further, no reimbursable cost may be incurred in anticipation of award. 10
11 6. RIGHT TO TERMINATE PROCESS a. The right of final acceptance of the tender is entirely vested with the Municipal Commissioner, RMC, who reserves the right to accept or reject, any or all of the tenders in full or in parts without assigning any reason whatsoever. b. There is no obligation on the part of RMC to communicate with rejected Bidders 7. BID SECURITY AND ITS AMOUNT a. Bidders shall submit, along with their Bids, Bid security or EMD of Rs. 1,00,000 (Rupees One Lakhs only), in the form of a Demand Draft in favour of Ranchi Municipal Corporation, payable at Ranchi. The DD shall be enclosed with the prequalification bid. b. The EMD would be refunded to all unsuccessful bidders at the expense of the Bidders within a reasonable time consistent with the rules and regulations in this behalf. The EMD of successful bidder would be adjusted towards partial fulfillment of the requirement of Performance Guarantee and will be returned only after the successful fulfillment of the Contract. c. Bid without adequate bid security/ EMD will be liable for rejection without providing any opportunity to the bidder concerned. d. The above EMD held by RMC till it is returned to the unsuccessful Bidders will not earn any interest thereof. 8. DUE DATE AND TIME a. Proposals must be received by direct submission /speed post/ courier to the RMC office before due time. b. Last Date & Time of submission: Before 1:00 P.M. on c. Pre-bid Meeting: At 12:00 P.M. on c. The RMC may, in exceptional circumstances and at its discretion, extend the deadline for submission of proposals by issuing an Addendum or by intimating all bidders who have been provided the proposal documents, in writing or by facsimile or through BID OPENING 11
12 a. The tenders will be received up to 1.00 p.m. on and the bid will be opened at 4:00 P.M on the same date by the Procurement Committee, RMC. b. The pre-qualification & Technical bid will be evaluated to verify the eligibility of the bidder and to check that other documents are in order. c. Technical Bid & Financial Bid will be evaluated as per the evaluation criteria specified in the Tender and list of Qualified Bidders will be prepared by RMC. 10. TENDER REJECTION CRITERIA a. Tenders not submitted in the form specified as per the format given in proposal instruction of this Tender document will be summarily rejected. b. The tenders with the pre-qualification bid not containing Tender Document cost (for those Bidders who have downloaded the document) or receipt of proof of payment of the tender document fee, and/or EMD amount will be summarily rejected. c. Tenders with incomplete information, subjective and conditional offers as well as partial offers will be liable for rejection. d. Tenders submitted without the enclosures to prove about the Bidder s specific experience in consultancy project, Order Value in Consultancy projects, proposed work plan approach and methodology and CV s of experts. e. Tenders with variance/contradiction between Technical cum Commercial Bid and Price Bid will be liable for rejection. If the offer does not meet the tender requirements, the MC, RMC reserves the right to reject any or all the tenders without assigning any reason whatsoever. f. Tenders without the signed copy of the Tender Documents in the respective envelopes will be summarily rejected. g. Tenders submitted without audited financial statements of the Bidder are liable for rejection. h. In addition to the above rejection criteria, if there is non-compliance of any of the clauses of this Tender Document, the Tenders are liable for rejection. 12
13 i. Incomplete details as above will be treated as non-responsive offer and the tender is liable for rejection. 11. PROPOSAL INSTRUCTIONS AND CONDITIONS Proposals must be direct, concise, and complete. All information not directly relevant to this tender should be omitted. The RMC will evaluate bidder s proposal based upon its clarity and the directness of its response to the requirements of the projects as outlined in this Tender document. The bidder must submit, in separate covers Technical Bid and a Commercial Bid, as described in this Section. Failure to submit separate technical and commercial proposals may result in disqualification of the proposal. Bid submitted by the bidder shall comprise the following documents: a. The cost of Tender Document by way of crossed DD for Rs. 5,000 (Rupees Five thousand) for those bidders, who have downloaded the bid documents. The bidders, who would have purchased the bid document need to submit a copy of the receipt. b. EMD amount of Rs. 1,00,000 (Rupees One Lakhs only) in the form of DD c. Proposal covering letter d. Pre-qualification Proposal containing data to support the qualification of the bidder to bid for the project, as given in Annexure I e. Technical Bid in the format as specified in clause mentioned below. f. Commercial Bid as specified in clause mentioned below. g. Any other information that is required to be submitted in the proposal process. 12. PRE-QUALIFICATION PROPOSAL The pre-qualification proposal will be used to evaluate if the bidder s technical skill base and financial capacity are consistent with the needs of the project and meets the eligibility criteria as mentioned in section 2.6. The pre-qualification proposal must have at the minimum: a. Completed Forms as given in Annexure I 13
14 b. Supporting documents for the information given in the pre-qualification bid. c. EMD in the form of DD. d. Cost of the tender document in the form of DD or the proof of payment of the fee by way of the receipt. 13. TECHNICAL PROPOSAL a. The technical Bid should contain the signed and sealed completed forms of the Technical bid along with relevant enclosures. b. Technical approach, methodology and work plan are the key components of the Technical Proposal. c. The technical proposal should address the following at the minimum: i. Technical Approach and Methodology- This should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. ii. Work Plan- In this chapter bidder should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the assignment and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings and tables to be delivered as final output, should be included here. iii. Organization and staffing- In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff. d. The technical proposal must not contain any pricing information. e. In submitting additional information, please mark it as supplemental to the required response. If the bidder wishes to propose additional services (or enhanced levels of services) beyond the scope of this RFP, the proposal must include a description of such services as a separate attachment to the proposal. 14
15 14. SIGNATURE The covering letter must be signed with the bidder s name and by a representative of the bidder, who is authorized to commit the bidder to contractual obligations. All obligations committed by such signatories must be fulfilled. 15. PERIOD OF VALIDITY OF PROPOSAL a. The offer submitted by the bidder shall be valid for a period of 120 days from the date of submission of the tender. A proposal valid for a shorter period may be rejected as non-responsive. b. In exceptional circumstances, RMC may solicit the bidder's consent for an extension of the validity period. The request and the responses thereto shall be made in writing (or by fax or ). 16. AMENDMENT OF REQUEST FOR PROPOSAL At any time prior to the deadline for submission of proposals, RMC, for any reason, may modify the RFP by amendment notified in writing or by fax or to all bidders who have received this RFP and such amendment shall be binding on them. RMC, at its discretion, may extend the deadline for the submission of proposals. 17. BID EVALUATION PROCESS RMC will prepare a list of firms based on the compliance to all the terms and conditions of the tender. The tenders, which do not conform to the tender conditions and tenders from firms without adequate capabilities as per tender requirements shall be straight away rejected, without specifying any reason. All eligible tenders will be considered for further evaluation. The decision of RMC will be final in this regard EVALUATION OF PRE-QUALIFICATION BIDS a. The documentation furnished by the bidder will be examined prima facie to see if the technical skill base and financial capacity and other bidder attributes claimed therein are consistent with the requirements of this project and meet the eligibility criteria as specified above. 15
16 b. The evaluation committee may ask bidder(s) for additional information, visit to bidders site and/or arrange discussions with their professional, technical faculties to verify the claims made in bid documentation. c. Any proposal not complying with the requirements of the eligibility criteria may not be processed further EVALUATION OF TECHNICAL BIDS The technical proposals of only those bidders, who qualify in the evaluation of the pre-qualification proposals, shall be opened. The Technical Bid will be examined by the evaluation committee on the basis of responsiveness to the Terms of Reference, applying the evaluation criteria and points system specified CRITERION OF EVALUATION OF TECHNICAL BIDS S. No Criteria Weightage % Maximum Marks 1 Firms Pre-qualification 100% A Turnover of the company 37.50% 1.A.1 Up to average turnover of INR 50 Cr. To INR 75 Cr. In the last three financial year 50 1.A.2 Up to average turnover > INR 75 Cr. To INR 100 Cr. In the last three financial year A.3 Up to average turnover > INR 100 Cr. In the last three financial year B Net worth of the company 37.50% 1.B.1 Up to INR 25 Cr 50 1.B.2 Up to INR 30 Cr 75 1.B.3 > INR 40 Cr C Quality certification 25% 1.C.1 CMMi Level C.2 Above CMMi Level Firms general experience and experience in similar assignments 100% A General Experience of Firm 40% A.1 5 projects 40 2.A.2 6 to 10 projects 80 2.A.3 More than 10 projects B Experience in implementation of Project Management System 40% B.1 Up to 2 Projects 40 2.B.2 3 to 5 Projects 80 2.B.3 More than 5 Projects
17 S. No Criteria Weightage Maximum % Marks 2.C Completion Certificate of Govt./PSU/State Govt. Projects 20% 60 2.C.1 2 projects 30 2.C.2 3 to 5 projects 40 2.C.3 More than 5 projects 60 3 Approach and methodology for proposed assignment 100% A Understanding of Objectives 25% 50 3.A.1 General Understanding (60%) 25 3.A.2 Components coverage (20%) 25 3.B Quality of Methodology 25% 50 3.D Work Program 25% 50 3.E Proposal presentation 25% 50 4 Qualifications and Experience of Project Lead and other key professional 100% A Project Lead experience 75% 75 4.A.1 4.A.2 General Experience such as academic qualification and the number of years of experience in any undertaking (40%) Project related experience based on the number of relevant projects implemented related to ULBs (20%) 4.A.3 Experience in any other project (20%) 15 For assessing full time permanent employment the personnel deployed who 4.A.4 has worked for the current employer on a regular/permanent full time basis 15 continuously for the last 12 months (20%) 4.B Project Team Member 25% 25 4.B.1 General experience such as academic qualification and the number of years of related experience (40%) Project related experience based on the number of relevant projects related 4.B.2 to Project Management implemented in ULBs/Govt. Undertaking / Private 5 companies (20%) 4.B.3 Experience in any other projects (20%) 5 For assessing full time permanent employment the personnel deployed who 4.B.4 has worked for the current employer on a regular/permanent full time basis continuously for the last 12 months (20%)
18 a. Proposal Presentations: The committee may invite the eligible bidders to make a presentation to the RMC at a date, time and location determined by the RMC. The purpose of such presentations would be to allow the bidders to present their proposed solutions to the committee and the key points in their proposals. b. The proposal review committee may undertake oral clarifications with the bidders. The primary function of clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents. Oral clarifications provide the opportunity for the committee to state its requirements clearly and for the bidder to more clearly state its proposal. The committee may seek inputs from their professional, technical faculties in the evaluation process. c. The bidders, who score a Technical score of more than 70%, will qualify for the evaluation in the commercial process EVALUATION OF COMMERCIAL BIDS a. The Commercial Bids of the technically qualified bidders will be evaluated as per the evaluation criteria mentioned below b. All the taxes and other levies indicated in the Price Bid will be taken for the Price Bid evaluation as a part of the price as detailed below. c. The Total Value of the Price bid shall be arrived by the following method Total Value = Total cost of Part A + Total cost of Part B + Total cost of Part C d. The list of Bidder will be ranked in ascending order (i.e.) Bidder quoted the lowest price (L1) will be ranked first and so on. e. The L1 bidder will be awarded 100% score. f. Commercial Scores for other than L1 bidders will be evaluated using the following formula Commercial Score of a Bidder (CS) = (Price bid of L1 bidder)/ (Price bid of the Bidder) X 100 % (adjusted to 2 decimals) g. However, RMC does not bind itself in any way to select the bidder(s) offering the lowest price JOINT TECHNICAL & COMMERCIAL EVALUATION a. RMC shall follow a Quality cum Cost Based System (QCBS) for finalization of the vendor. b. A composite weightage shall be calculated for those bidders whose bids are found to be in order. The weightage for the composite evaluation is as described below: i. Technical 70% 18
19 ii. Commercial 30% c. Bidder with the highest composite score (Technical & Commercial TS*0.7 + CS*0.3) will be called for negotiating the contract. In case of a tie in the overall score bidder with the superior technical score will be invited for negotiations first. 18. NEGOTIATION WITH SUCCESSFUL BIDDER As per the evaluation criteria specified above in this Tender Document, selection of the Successful Bidder will be made and such Bidder will be called for negotiations for improvement of Terms of Reference and Scope of Work and commercial terms. RMC reserves the right to negotiate with the Successful Bidder. While negotiating, the following aspects may be considered: Further reduction in consultancy charges and retainer-ship charges for undertaking the Work Advancing the delivery schedule Additional services with reference to scope of work 19. AWARD OF CONTRACT LETTER OF ACCEPTANCE After successful completion of the negotiations, a Letter of Acceptance of tender will be issued to the successful Bidder by RMC on behalf of Govt. of Jharkhand FORFEITURE OF EMD If the successful Bidder fails to act according to the tender conditions or backs out after his tender has been accepted, his EMD will be forfeited to RMC SIGNING OF CONTRACT i. The successful Bidder should execute an agreement for the fulfillment of the contract with RMC at the time of execution within one week from the date of acceptance of the tender. If the same is not executed within one week, the EMD of the Bidder will be forfeited and their tender will be held as non-responsive. ii. The expenses incidental to the execution of the agreement should be borne by the successful Bidder. iii. The conditions stipulated in the agreement should be strictly adhered to and violation of any of the conditions will entail termination 19
20 of the contract without prejudice to the rights of RMC and RMC also have the right to recover any consequential losses from the successful Bidder PERFORMANCE BANK GUARANTEE (PBG) a. The successful bidder shall at his own expense deposit with RMC, within fifteen (15) working days of the date of notice of award of the contract or prior to signing of the contract whichever is earlier, an unconditional and irrevocable Performance Bank Guarantee (PBG) from a Nationalized bank, payable on demand, for the due performance and fulfillment of the contract by the bidder. b. This Performance Bank Guarantee will be for an amount equivalent to 10% of contract value. All incidental charges whatsoever such as premium; commission etc. with respect to the performance bank guarantee shall be borne by the bidder. The Bank Guarantee shall be valid for a period of twenty seven months from the date of acceptance of tender. If the accepted Bidder fails to furnish the bank guarantee within the above said period, the EMD remitted by him will be forfeited to RMC and his tender will be held void. The PBG furnished by the Bidder in respect of his tender will be returned to him at the end of the contract period subject to satisfaction of RMC. c. If the Bidder failed to act up on to the tender conditions or backs out when his tender is accepted, his PBG mentioned above will also be forfeited to RMC RELEASE OF WORK ORDER After the execution of the agreements specified in the Tender Document and after receipt of the PBG, RMC will release the formal work order to the successful Bidder on behalf of Government of Jharkhand EXECUTION OF WORK ORDER The successful Bidder should nominate and intimate to RMC the name of an Project Manager specifically to handle the Work Order. The successful Bidder should ensure that he fully familiarizes with the terms and conditions of the Tender, Scope of Work and the guidelines ASSIGNING THE TENDER ON THE WHOLE OR PART The successful Bidder shall not assign or make over the contract, the benefit or burden thereof to any other person or persons or body corporate. He shall not underlet or sublet to any person(s) or body corporate for the execution of the contract or any part thereof. Subletting of any specialized job with permission of RMC in a exceptional case 20
21 22.8. SUBMISSION OF DELIVERABLES The submission of Deliverables should be made strictly in accordance with the Scope of Work in the Tender Document and should get necessary approval from Government of Jharkhand/RMC. If the delivery is not affected as per tender, Government of Jharkhand/RMC has the right to cancel the order and to take any such action which will be deemed fit in such circumstances. 20. DELIVERY SCHEDULE Submission of SRS Submission of Draft Interim report Submission of Draft Final Report 15 days from the date of issuance of work order 15 days from the date of submission of SRS 15 days from the date of approval of draft interim report by RMC Software implementation and pilot run Training 30 working days from the date of approval of draft final report Thereafter within 15 days 21. PAYMENT TERMS The following will be the terms of payment to the vendor: ::Part A:: S.N. Milestone PAYMENT 1 On issuance of work order 10% 2 Acceptance of Draft Interim Report 10% 3 Installation PFMS Software for successful pilot 30% run 21
22 4 Actual Implementation after pilot run & 40% validation 5 After 6 months of commencement of 10% implementation of PFMS Software ::Part B:: TRAINING: Ranchi Municipal Corporation shall be provided with 30 days onsite training for about 20 officials, the cost of which shall be included in the price quoted in price bid. Payments will be made by the RMC on bills to be prepared and submitted by the contractor for the work done and that said bills are certified for and passed for payment by the authorized Officer or by any person appointed by the RMC for the purpose, subject nevertheless to any fines deduction, cost or charge on the contractor to be made there from provided for herein. ::Part C:: SUPPORT AND MAINTENANCE: Payment should be made on Quarterly basis in equal installments based on the rates quoted as per the Financial Bid. 22. OTHER TERMS AND CONDITIONS a. The final decision would be based on the technical capacity and pricing. RMC does not bind itself in selecting the firm offering lowest prices. b. The Bids should be submitted neatly and all corrections, over-typing should be attested with seal. c. RMC reserves the right to not to accept lowest price, to reject any or all the tenders without assigning any reason, to relax or waive any of the conditions stipulated in the terms and conditions of tender as deemed necessary in the best interest of Government of Jharkhand/RMC for good and sufficient reasons. d. RMC will not pay any increase in duties, taxes and surcharges on account of any revision by the Government after expiry of the stipulated delivery period in the work Order. e. In case of any dispute, the matter will be referred to an Arbitrator under "Arbitration and Conciliation Act 1996". The arbitration shall be held in Ranchi only and the Courts at Ranchi only shall have jurisdiction in relation thereto. 22
23 23. PUBLICITY Any publicity by the bidder/vendor in which the name of Ranchi Municipal Corporation is to be used should be done only with the explicit written permission of RMC. 24. LIQUIDATED DAMAGES If the vendor fails to deliver any or all of the product or does not perform the Services within the time period(s) specified in the Contract, RMC shall, without prejudice to its other remedies under the Contract, deduct from the Contract price, as liquidated damages, a sum equivalent to 0.5 percent of the price of the undelivered product at the stipulated rate for each week or part thereof during which the delivery of such product may be delayed subject to a maximum limit of 5 percent of the stipulated price of the product so undelivered. Such penalty is to be deducted always by the RMC from the bill of the firm. Once the maximum of the damages above is reached, RMC may consider termination of the Contract. 25. ORDER OF CANCELLATION RMC also reserves the right to cancel the order in the event of one or more of the following circumstances: a. Breach by the tenders of any of the terms and conditions of the tender. b. If the tenderer goes in to liquidation voluntarily or otherwise. In addition to the cancellation of contract, RMC reserves the right to forfeit the performance guarantee submitted to it by the tenderer. 26. INDEMNITY The successful bidder shall indemnify, protect and save RMC against all claims, losses, costs damages, expenses, action suits and other proceeding, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respects of all the hardware and software supplied by him. 27. ANNEXURE I 23
24 A. GENERAL INFORMATION ON COMPANY S. Particulars Details to be furnished No Details of the Bidder (firm/company) 1. Name 2. Address 3. Telephone Fax 4. Website Details of Authorized person 5. Name 6. Address 7. Telephone Information about the company 8. Status of company (Public Ltd. / Pvt. Ltd.) 9. Details of Registration of firm/company (Provide Ref e.g. Date ROC Ref #) (enclose the necessary documentary proof) 10. Ref # 10 Number of professionals 11 Locations and addresses of offices (in India and overseas) 12 Service Tax Registration Number 13 Enclose Latest STCC 14 Services provided by the company 15 Years in the software development 16 Details of in house development center in India. B. FINANCIAL STATEMENTS Turnover of the Company FY FY FY Average of last 3 FYs Net Worth of the Company as on 31 st March 2015 In support, audited Annual Financial Statements should be enclosed. 24
25 C. EXPERIENCE OF DEVELOPMENT AND IMPLEMENTATION OF IT PROJECT S. Name of the Project name and brief scope of Start End Order No. Customer services provided by the bidder date Date Value Copy / Proof of work order issued / agreement. D. EXPERIENCE OF DEVELOPMENT AND IMPLEMENTATION OF IT PROJECT S. Name of the Project name and brief scope of Start End Order No. Customer services provided by the bidder date Date Value 1 2 Copy / Proof of Completion Certificate. 25
26 28. ANNEXURE II (TECHNICAL BID FORMAT) A. DETAILS OF THE SIMILAR PROJECTS Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an associations, for carrying out consulting services similar to the ones requested under this assignment: Project 1 S No. Particulars 1 Name of Project 2 Client Name 3 Project Engagement period, Start date and End date 4 Agreement No. and date 5 Fee Amount 6 Scope of work 7 No. of professionals provided for the Engagement 8 No of staff months Project 2 S No. Particulars 1 Name of Project 2 Client Name 3 Project Engagement period, Start date and End date 4 Agreement No. and date 26
27 5 Fee Amount 6 Scope of work 7 No. of professionals provided for the Engagement 8 No of staff months Copy / Proof of work order or completion certificate B. TEAM COMPOSITION AND STAFF ASSIGNMENT PROFESSIONAL STAFF Name of Staff Firm Area of Expertise Position Task Assigned 27
28 . PROFILE OF KEY PERSONNEL 1 Proposed Position 2 Name of the Firm 3 Name of the Staff 4 Date of Birth 5 Nationality 6 Education Degree Institute Period 7 Membership in Professional None Associations 8 Other Training None 10 Languages Reading Writing Speaking 11 Employment Record Starting with present position, list in reverse order every employment held by staff member since graduation 12 Detailed Tasks Assigned List all tasks to be performed under this assignment] From [Year]: Employer: Position Held: To [Year]: 13 Profile of professional experience relevant to the assigned role in this project (use table) Name of assignment or project: Year: Location: Client: 28
29 Main project features: Positions held: Activities performed: Activities performed: 14 I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged. Date: Place: Signature 29
30 29. ANNEXURE III COMMERCIAL BID FORMAT S. No Description Quantity Rate Rs. Amount Rs. One Time Design, Development, Implementation and Maintenance of PFMS A Design, Development, Implementation with cloud hosting and onsite 1 package Maintenance of PFMS with training and One year support Service Tax Sub Total Post implementation support for a term of 5 Years B Annual Cost of the maintenance including hosting service on cloud 1 package Service Tax Sub Total a. The rate shall be quoted inclusive of all taxes. The rate shall be considered as inclusive of tax even if quoted exclusive of tax. b. The rates shall be quoted in figure and words and only one rate shall be quoted in each item. c. Conditional tenders will not be accepted and rates once fixed shall be valid for the entire period of the contract. 30
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
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
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
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
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
Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC
Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for THE ANDHRA PRADESH MINERAL DEVELOPMENT CORPORATION LIMITED H.No: 6-2-915, 3rd Floor,
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
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
LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)
Tribal Cooperative Marketing Development Federation of India Ltd.(TRIFED) (Ministry of Tribal affairs, Govt. of India), NCUI Building, 2 nd Floor, 3, Siri Institutional Area, August Kranti Marg, New Delhi-110016.
Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID
Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID The Vardhaman Mahaveer Open University, Kota (Raj.) invites proposals from
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
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
(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
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
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)
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
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
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
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
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
Eskom Holdings SOC Ltd s Standard Conditions of Tender
1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.
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
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
EMPLOYEES OLD-AGE BENEFITS INSTITUTION
EMPLOYEES OLD-AGE BENEFITS INSTITUTION HEAD OFFICE, G.P.O. BUILDING I.I. CHUNDRIGAR ROAD, KARCHI REQUEST FOR PROPOSAL FOR HUMAN RESOURCE CONSULTANCY SERVICES A. INVITATION TO BID The Employees Old-Age
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)
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.
Notice Inviting Tenders
TENDERS INVITED FOR DESIGN, DEVELOPMENT, HOSTING AND MAINTENANCE OF WEBSITE FOR NATIONAL FILM ARCHIVE OF INDIA, MINISTRY OF INFORMATION AND BROADCASTING, LAW COLLEGE ROAD, PUNE- 411004 Notice Inviting
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 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
Subject: PROJECT MANAGEMENT CONSULTANCY (PMC) FOR PROJECTS AT IIT MANDI (HP)
Subject: PROJECT MANAGEMENT CONSULTANCY (PMC) FOR PROJECTS AT IIT MANDI (HP) 1. Sealed Quotations in two Bid system are invited for Project Management Consultancy (PMC) for various project works of IIT
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:
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
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,
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
Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India
Indian Institute of Technology, Kharagpur Kharagpur 72 302, WB, India Ref: Tender Notice No. IIT/CIC/AV&MM/205-6/36 dated 4.02.206 Indian Institute of Technology Kharagpur, an Institute of National Importance,
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
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]
Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph. 91-651-2490070, 2491797, Fax-91-651-2490208,
Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph. 91-651-2490070, 2491797, Fax-91-651-2490208, TENDER NOTICE NO 03/2012-13 Sealed tenders for the purchase of Biometric
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
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
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
Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon
Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon Please send/submit separate Annexure-1 (Technical Bid) and Annexure-2 (Financial
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
(RFP) PURCHASE OF BLADE SERVER
REQUEST FOR PROPOSAL (RFP) FOR PURCHASE OF BLADE SERVER Controller of Defence Accounts, Secunderabad Ministry of Defence, Government of India Name of the Department: Summary Sheet Defence Accounts Department,
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. 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
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
Document Control Sheet
Document Control Sheet S.No DESCRIPTION PARTICULARS 1 EOI- Document Ref. Number IDBI /PCELL / EOI/ 2015-16/020 2 Date of Issue of EOI 20 October 2015 3 Last date of receipt of pre bid queries. 26 October
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
Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri. For the FINANCIAL YEAR -2014-15
Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri For the FINANCIAL YEAR -2014-15 DISTRICT RURAL DEVELOPMENT AGENCY:MALKANGIRI 1 2 DISTRICT RURAL
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/
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
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
15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note:
TENDER NOTICE 1 Name of the work and place Electrical works at sbi.intouch BRANCH (KADAPA), Y.S.R. District, Andhra Pradesh. 2 Estimated Cost Rs.9,51,186/- 3 Date of issue of tender through 23/06/16 Bank
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
State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14
fcgkj ljdkj lllllljdkj State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14 NOTICE INVITING TENDER From Companies/Agencies for Hiring Four Dedicated Servers (1 Linux Application Server
Inviting Quotation for Internet Leased Line Connection
Inviting Quotation for Internet Leased Line Connection Sub.: Inviting the quotations for providing Internet connectivity Leased Line (1:1 uncompressed and unshared with last mile on fiber/ethernet/wi-fi)
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
SANITARY SECTION IIT Kharagpur
SANITARY SECTION IIT Kharagpur Annexure - l No. : IIT/SAN/EE/TEN/2015-16/03 Date: 05/10/2015 NOTICE INVITING TENDER Last Date for submission of Tender on: - 13/11/2015 up-to 4:00 P.M. Pre-bid discussion
STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006
1 P a g e STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI-600006 APPLICATION FOR SALE OF SALVAGED STEEL & OTHER METAL SCRAP ON AS IS WHERE IS CONDITION AT STATE BANK OF INDIA, 84 RAJAJI SALAI, CHENNAI 600001
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
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
Bid Document (For making short film)
UNION TERRITORY CHILD PROTECTION SOCIETY under the aegis DEPARTMENT OF SOCIAL WELFARE CHANDIGARH ADMINISTRATION, Near Vatika School, Sector- 19/B, Chandigarh Bid Document (For making short film) Union
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
allowed. Request for inclusion and consideration of ISO 2008:9001 quality certification. CMMI Level 5 : 10 Marks CMMI Level 3 : 07 marks ISO: 05
Corrigendum for the Tender for Web Based Project Monitoring Tool & MIS System Bidders Clarification Sl. Clause /Page no Tender Clause Clarification Sought Clarification No. 1 Page No:4 No consortium Consortium
Expression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon
Expression of Interest (EoI) Design, Development and Maintenance of New Mobile Application for National Institute of Solar Energy, Gurgaon Please send/submit separate Annexure-1 (Technical Bid) and Annexure-2
Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012.
GOVERNMENT OF INDIA ELECTRONICS TEST AND DEVELOPMENT CENTRE Department of Information Technology Ministry of Communications & Information Technology, Govt. of India ETDC, Ring Road, Peenya Industrial Estate,
(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,
SECTION-I. Mysore /Division / NOTICE INVITING TENDER
SECTION-I /Government of India /Department of Atomic Energy /Bhabha Atomic Research Centre Mysore /Division -1,, -571 130 Post Bag No. 1. Yelwal, Mysore 571 130 /Telephone : 0821-2406533 /Fax : 0821-240
1.1 The tendering process is online at Airports Authority of India s e-portal URL address https://etender.aai.aero/irj/portal or www.aai.aero.
Ref. No.: AAI/BBSR/AGME (E)/eNIT-12/EE-54/2013-14 Date: 28.11.2013 NOTICE INVITING e-tender (enit) 1. Online Item rate e-tenders are invited through the Airports Authority of India s e-tendering portal
HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE
HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE Sealed bids are hereby invited from reputed Contractors/Co-operative
TENDER NOTICE. Tender for Printing of Calendars - 2016 Wall Calendars, Desk Calendars & Date Calendars
TENDER NOTICE Bank of India The General Manager, Publicity & Public Relations Dept., Head Office, Star House, C-5, G-Block, Bandra Kurla Complex, Bandra (East) Mumbai-400 051 Tender No. BOI/P&PR/GLB/15-16/CL-1
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
ANNEXURE - I MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1
MPD/EPC/TIC/201-15 NR logo web application development dated: 20.03.2014 Page 1 PREFACE The Rubber Board a statutory Body under the Ministry of Commerce & Industry, Govt. of India, for the development
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]
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
TENDER FOR TRAVEL SERVICES
Cost of the Tender Form - Rs.500/- (Rupees Five Hundred only) Tender Form No.MCI/TS/2011 TENDER FOR TRAVEL SERVICES NOTICE INVITING TENDERS & TERMS AND CONDITIONS OF TENDER MEDICAL COUNCIL OF INDIA POCKET
Government of India Ministry of Communications &IT Department of Telecommunication
Government of India Ministry of Communications &IT Department of Telecommunication To, (As per by email) Subject: Invitation of Expression of Interest (EOI) for Implementation of ISO 9001:20008 project
TENDER DOCUMENT FOR ESTABLISHMENT OF VIDEO CONFERENCING FACILITY TENDER ENQUIRY
र ष ट र य प र द य ग क स स थ न न ल ड NATIONAL INSTITUTE OF TECHNOLOGY NAGALAND Chumukedima, Dimapur Nagaland - 797 103 TENDER DOCUMENT FOR ESTABLISHMENT OF VIDEO CONFERENCING FACILITY TENDER ENQUIRY Notice
The English and Foreign Languages University, Tarnaka, Hyderabad 500007, Telangana State. www.efluniversity.ac.in
Page 1 of 8 The English and Foreign Languages University, Tarnaka, Hyderabad 500007, Telangana State. www.efluniversity.ac.in Document for Appointment of Project Management Consultant for providing Architectural,
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"
OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD
OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD TENDER NOTICE FOR OUTSOURCING OF MANPOWER Memo No.: MCF/EE/2015/ Dated : 29/04/2015 Date of submission of tender from :29.04.2015 at 19:01 PM to 14.05.2015
SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION
SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION SBI Funds Management Pvt. Ltd. Page 1 26/03/2013 1. Introduction: An Overview of SBI Funds Management Private Limited
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
DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR 2011-12
Notice No. Form Sl. No. DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR 2011-12 Name: - Address: 1 DETAILED OF TERMS AND CONDITIONS FOR
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS Bureau of Indian Standards (BIS), the National standards body of India, working under the aegis of Ministry of Consumer Affairs and Public Distribution,
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
Dated 14 July, 2015. Director (A&F) NHIDCL
National Highways & Infrastructure Development Corporation Ltd. (A Public Sector Undertaking in the Ministry of Road Transport and Highways, Govt. of India) 3 rd Floor, PTI Building, 4 - Parliament Street,
Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh
Tender document for Providing Managed Internet Leased Line Network at Chandigarh Police Headquarters, Sector 9, Chandigarh TENDER FOR MANAGED INTERNET LEASED LINE AT PHQ-9, CHANDIGARH 1 INDEX TENDER FOR
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of
Dear Sir, Purchase of MS Office 2010 Professional
04 th December, 2010 Dear Sir, Purchase of MS Office 2010 Professional Credit Guarantee Fund Trust for Micro and Small Enterprises
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected]
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected] Request for Proposal (RFP) Document for Selection of Consultancy Firms for Preparation of
Following terms and conditions may be kept in view while submitting the bids :-
No.1/19/2013-DCH/Genl.. Government of India Ministry of Textiles Office of the Development Commissioner for Handlooms. ****** Udyog Bhavan, New Delhi Dated the 23 rd May, 2014 TENDER NOTICE Subject: Installation
Inviting Tender from Cert-In empanelled agencies for Conducting Load and Security Testing of Web application of UPSDM
Inviting Tender from Cert-In empanelled agencies for Conducting Load and Security Testing of Web application of UPSDM [Reference No. 19 UPSDM/Portal/Dated: 19 th April, 2015] Last Date & Time of Submission
Tender No: NEDA/Comp/ RMS/2015-16 Dated: 03/11/2015
Uttar Pradesh New and Renewable Energy Development Agency (UPNEDA) (Deptt. of Additional Sources of Energy, Govt. of U.P.) Vibhuti Khand, Gomti Nagar, Lucknow, U. P. Tender No: NEDA/Comp/ RMS/25-16 Dated:
NOTICE INVITING TENDER
NOTICE INVITING TENDER SUB: Development, training and maintenance of Software package for Common Accounting System (CAS) and Management Information System (MIS) for 4486 Primary Agricultural Cooperative
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
FOR INFORMATION PURPOSES ONLY
On December 23, 2013, the debtor Metropolitní spořitelní družstvo v likvidaci, having its registered office at Balbínova 404/22, Prague 2, Postal Code 120 00, Identification Number: 255 71 150, registered
How To Sell Cement In Jamshedpur
DISTRICT RURAL DEVELOPMENT AGENCY ( EAST SINGHBHUM ) TENDER NOTICE Sealed tenders are invited in two bid system i.e. Technical Bid and Commercial Bid by the undersigned from the manufacturers. In this
