NOTICE INVITING TENDER (NIT)
|
|
|
- Nicholas Boone
- 9 years ago
- Views:
Transcription
1 1.1 GENERAL NOTICE INVITING TENDER (NIT) Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders on International Competitive Basis (ICB) basis from eligible applicants from all countries and all areas,, who fulfil qualification criteria as stipulated in clause of NIT, for the work, Contract CT-25R Supply, Installation, Testing and Commissioning of Ballastless Track of Broad Gauge Corridor from Dilsad Garden to Ghaziabad Bus Adda (Line-1 Extn.) & Noida City Centre to Sector 62 Noida (Line-4 Extn.) in elevated Sections of Delhi MRTS Project of Phase-III The scope of the work and site information is provided in Clause A1 of ITT and in the Employer s Requirement (Volume-3). The present Tender is for Dilsad Garden to Ghaziabad Bus Adda (Line-1 Extn.) & Noida City Centre to Sector 62 Noida (Line-4 Extn.) It will be binding on the contractor to carry out the work accordingly at same rate, terms and condition Key details: Approximate cost of work Tender Security amount INR Crores INR Lakhs Validity of Tender Security in case of BG/FDR Completion period of the Work Tender documents on sale Cost of Tender documents 18 months From to (upto 11:00 hrs) on e-tendering website INR 21,000/- (inclusive of 5% DVAT) Non-Refundable (Demand Draft /Banker s cheque) in favour of Delhi Metro Rail Corporation Ltd payable at New Delhi) Cost of tender documents i.e, D.D./Banker s cheque, in original, shall be accepted only upto 15:00 hours on in the office of Executive Director/Contracts at below mentioned address. Pre-bid Meeting 11:00 Hrs. Last date of Seeking Clarification Last date of issuing addendum (Queries from bidders after due date shall not be acknowledged) Date & time of Submission of Tender Date & time of opening of Tender 15:00 Hrs. 15:05 Hrs. DMRC/CT-25R/Volume 1/NIT 1
2 {{ Authority and place for purchase of tender documents, seeking clarifications and submission of completed tender documents ED (Contracts), Delhi Metro Rail Corporation, 5 th floor, A-Wing, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi Tel : QUALIFICATION CRITERIA : Eligible Applicants : Please refer Clause A3 of ITT Minimum Eligibility Criteria : A. Work Experience: A1. Specific Construction Work Experience: The tenderers will be qualified only if they have completed work(s) during last seven years ending on the last day of the previous month of tender submission as given below: (i) At least one similar work * of value of Rs crores or more. OR (ii) Two similar works * each of value of Rs crores or more. OR (iii) Three similar works * each of value of Rs crores or more. If the bidder is a JV/Consortium and has a foreign partner and above work(s) have been done by the foreign partner of JV and such work(s) were done in the country of the foreign partner then in addition to this, the foreign partner must have done at least one work of value Rs crores or more of similar nature (i.e. any civil engineering work of infrastructure related project) outside the country of origin of the foreign partner. * similar work for this contract shall be the work of installation of ballasted/ballastless track work on MRTS or main lines of passenger Railway Systems including High Speed Rail. In addition, the bidder shall have a past experience of installation of ballastless track length equal to Km on MRTS or main lines of passenger Railway Systems including High Speed Rail in last 7 years ending on the last day of the previous month of tender submission. This experience may be from single work, a sum of experience of ballastless track on multiple works and can be of different partners of the bidder in case of JV / Consortium. In case of double/multiple line, each line will be counted separately. Please note that the experience on of ballasted/ballastless tracks on a system having design axle load less than 12 Tons, or portions of work having design speed less than 70 Kmph or Tramways shall not be considered. Components of ballastless track works in sidings, spurs and other non-passenger portions shall also not be considered. A1.1 For welding of Rails, the bidder shall have RDSO approved Flush Butt Welding Plant with standardization of welding parameters for HH Rails along with final QAP approved by RDSO as per Addendum & Corrigendum slip No. 2 of Manual for Flush Butt Welding of DMRC/CT-25R/Volume 1/NIT 2
3 Rails (Revision Jan. 2012) clause as per Annexure X & XI or shall have MOU with the owner of such welding plant owner on the date of opening. The bidder should submit documentary evidence in support of above requirement at time of submission A2. General Construction Work Experience: Each substantial partner of JV/Consortium shall also have a construction experience of at least one civil engineering work consisting of any of the Tunnelling / System works (Signalling or Traction)/ Underground works / Bridges / Viaducts / RCC buildings / ballasted or ballastless track installation / Pre-stressed Concrete etc. of value of more than or equal to INR Crores in last 7 years ending on the last day of the previous month of tender submission. Notes on work experience: (i) Work experience of only substantial partner (partner with share of 26% or more in the JV / Consortium) shall be considered for evaluating of JV/Consortium. (ii) The lead partner in case of a JV/Consortium shall be the one who has the experience of installation of Ballasted/Ballast less Track work. (iii) In case of joint venture / Consortium, full value of the work, if done by the same joint venture shall be considered. However, if the work done by them in another JV/consortium, value of work as per their percentage participation in that JV shall only be considered. (iv) (v) (vi) The bidder shall submit details of work executed by them in the Performa of Annexure-1A, 1B, 1C and 1D of NIT for the works to be considered for qualification of work experience criteria. Documentary proof such as completion certificates from client clearly indicating the nature/scope of work, actual completion cost and actual date of completion for such work are required to be submitted. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details of payment received certified by C.A., T.D.S certificates for all payments received and copy of final/last bill paid by client shall also be submitted. The offers submitted without this documentary proof shall not be evaluated. Quantity of successfully completed portion of any ongoing work up to the last day of the previous month of tender submission will also be considered for qualification of work experience criteria. For general construction completed works, value of work done shall be updated to the last day of the previous month of tender submission price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender B. Financial Standing: The bidders will be qualified only if they have minimum financial capabilities as below: (i) T1 Liquidity- (a) It is necessary that the firm can withstand cash flow that the contract will require until payments received from the Employer. Liquidity therefore becomes an important consideration. (b) This shall be seen from the balance sheets and/or from the banking reference. Net current assets and/or documents including banking reference, should show that the applicant has access to or has available liquid assets, lines of credit and other financial means to meet DMRC/CT-25R/Volume 1/NIT 3
4 cash flow of INR 4.38 Crores for this contract, net of applicant s commitments for other Contracts. Banking reference should contain in clear terms the amount that bank will be in a position to lend for this work to the applicant/member of the Joint Venture/Consortium. In case the Net Current Assets (as seen from the Balance Sheets) are negative, only the Banking references will be considered. Otherwise the aggregate of the Net Current Assets and submitted Banking references will be considered for working out the Liquidity. (c) Banking reference(s) should contain in clear terms the amount that the Bank will be in a position to lend for this work to the applicant/member of the Joint Venture/Consortium. In case the Net Working Capital (as seen from the Balance Sheet) is negative, only the Banking reference(s) will be considered, otherwise the aggregate of the Net Working Capital and submitted Banking reference(s) will be considered for working out the Liquidity. (d) The Banking references should be from a Scheduled Bank in India or from an International Bank of repute (in case of foreign vendors) as per standard performa provided in ITT as Annexure-11 and it should not be more than 3 months old as on the date of submission of bids. (e) In Case of JV: - Requirement of working capital is to be distributed between members as per their percentage participation and every member should satisfy the requirement for his portion. Example: Let member-1 has percentage participation=m and member-2 has percentage participation=n. If minimum working capital required is W then working capital of member-1 W M and working capital of member-2 W N (f) In case the applicant is a Joint Venture/Consortium and if Banking Reference is issued by the bank in favour of the Joint Venture/Consortium for this contract, then it will be considered for the bidder and if the Banking reference(s)is issued in favour of any member of JV/Consortium it will be considered only for that member. (ii) T2 - Profitability: Profit before Tax should be Positive in at least 2 (two) year, out of the last five audited financial years. In Case of JV - The profitability of only lead member shall be evaluated. (iii) T3 - Net Worth: Net Worth of tenderer during last audited financial year should be >INR 6.13 Crores In Case of JV- Net worth will be based on the percentage participation of each Member. Example: Let Member-1 has percentage participation = M and Member - 2 has =N. Let the Net worth of Member-1 is A and that of Member-2 is B, then the Net worth of JV/JVA/Consortium will be =AM+BN 100 (iv) T4 - Annual Turnover: The average annual turnover from construction of last five financial years should be > INR Crores. In Case of JV the bidder must fulfil the following conditions: 1. Each partner to have minimum 25% of minimum requirement. 2. At least one partner to have 40% of minimum requirement. 3. All partners put together should meet the minimum requirement as per their DMRC/CT-25R/Volume 1/NIT 4
5 percentage participation. Example: Let Member-1 has percentage participation = M and Member - 2 has =N. Let the average annual turnover of Member-1 is A and that of Member-2 is B, then the average annual turnover of JV will be Notes: = AM+BN 100 Financial data for latest last five audited financial years has to be submitted by the bidder in Annexure-2 of NIT along with audited balance sheets. The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and signature. In case audited balance sheet of the last financial year is not made available by the bidder, he has to submit an affidavit certifying that the balance sheet has actually not been audited so far. In such a case the financial data of previous 4 audited financial years will be taken into consideration for evaluation. If audited balance sheet of any other year than the last year is not submitted, the tender will be considered as nonresponsive. Where a work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence Bid Capacity Criteria : Bid Capacity: The bidders will be qualified only if their available bid capacity is more than the approximate cost of work as per NIT. Available bid capacity will be calculated based on the following formula: Available Bid Capacity = 2*A*N B Where, A = Maximum of the value of construction works executed in any one year during the last five financial years (updated to the last day of the previous month of tender submission price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year). N = No. of years prescribed for completion of the work B = Value of existing commitments (as on the last day of the previous month of tender submission) for on-going construction works during period of 18 months w.e.f. from the first day of the month of tender submission. Notes: Financial data for latest last five financial years has to be submitted by the bidder in Annexure-3A of NIT along with audited financial statements. The financial data in the prescribed format shall be certified by the Chartered Accountant with his stamp and signature in original. Value of existing commitments for on-going construction works during period of next 18 months w.e.f. from the first day of the month of tender submission has to be submitted by the bidder in Annexure-3B of NIT. These data shall be certified by the Chartered Accountant with his stamp and signature. DMRC/CT-25R/Volume 1/NIT 5
6 In the case of a group, the above formula will be applied to each member to the extent of his proposed participation in the execution of the work. If the proposed %is not provided, equal participation will be assumed Corporate Debt Restructuring : The bidder shall not be currently in the process of financial restructuring under Corporate Debt Restructuring Mechanism. The bidder has to provide undertaking to this effect The tender submission of bidders, who do not qualify the minimum eligibility criteria, bid capacity criteria and corporate debt restructuring stipulated in the clauses to above, shall not be considered for further evaluation and considered rejected. The mere fact that the bidder is qualified as mentioned in sub clause to shall not imply that his bid shall automatically be accepted. The same shall be subject to the data as required for consideration of tender prescribed in the ITT The Tender documents consist of: Volume 1 Notice Inviting Tender (including Annexures) Instructions to Bidders (including Annexures ) Form of Tender (including Appendices) Volume 2 Volume 3 Volume 4 Volume 5 General Conditions of Contracts Special Conditions of Contract (including Schedules) Employer s Requirements General Specification Employer s Requirements Particular Specification Employer s Requirements Appendices Tender Drawings Bill of Quantities and Explanatory Notes to BOQ Volume 6 Condition of Contract on Safety, Health & Environment (SHE) Ver 1.2 DMRC/CT-25R/Volume 1/NIT 6
7 1.1.5 The contract shall be governed by the documents listed in para above along with latest edition of CPWD Specification, IRS Specifications & MORTH Specifications. These may be purchased separately from the market The bidders may obtain further information/ clarification, if any, in respect of these tender documents from the office of ED (Contracts), Delhi Metro Rail Corporation, 5 th floor, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi The intending bidders must be registered on e-tendering portal Those who are not registered on the e-tendering portal shall be required to get registered beforehand. If needed they can be imparted training on online tendering process. After registration the tenderer will get user id and password. On login tenderer can participate in tendering process and can witness various activities of the process The authorized signatory of intending bidder, as per Power of Attorney (POA), must have valid class-iii digital signature. The tender document can only be downloaded or uploaded using Class-III digital signature of the authorized signatory Tender submissions will be made online after uploading the mandatory scanned documents towards cost of tender documents such as Demand Draft or Pay Order or Banker s Cheque from a Scheduled commercial bank based in India and towards Tender Security such as Bank Guarantee or Demand Draft or Pay Order or Banker s Cheque from a Scheduled commercial bank based in India and other documents as stated in the tender document All bidders are hereby cautioned that tenders containing any material deviation or reservations as described in Clause. E 4.4 of Instructions to Bidders and/or minor deviation without quoting the cost of withdrawal shall be considered as non-responsive and is liable to be rejected Late tenders (received after date and time of submission of bid) shall not be accepted under any circumstances Tenders shall be valid for a period of 180 days (both days inclusive i.e. the date of submission of tender and the last date of period of validity of the tender) from the date of submission of Tenders and shall be accompanied with a tender security of the requisite amount (as per Annexure-7 of ITT) from Scheduled Commercial Bank in India in the form as under. a. An irrevocable Bank Guarantee b. An irrevocable Letter of Credit c. A Demand Draft/Pay order DMRC reserves the right to accept or reject any or all proposals without assigning any reasons. No bidder shall have any cause of action or claim against the DMRC for rejection of his proposal The bidders are advised to keep in touch with e-tendering portal for updates. ED (CONTRACTS) Delhi Metro Rail Corporation DMRC/CT-25R/Volume 1/NIT 7
8 Instructions for Online Bid Submission: The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: REGISTRATION 1) Bidders are required to enroll on the e-procurement module of the Central Public Procurement Portal (URL: by clicking on the link Online bidder Enrollment on the CPP Portal which is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3) Bidders are advised to register their valid address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / ncode / emudhra etc.), with their profile. 5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC s to others which may lead to misuse. 6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-token. SEARCHING FOR TENDER DOCUMENTS 1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal. 2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective My Tenders folder. This would enable the CPP Portal to intimate the bidders through SMS / in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. PREPARATION OF BIDS 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of DMRC/CT-25R/Volume 1/NIT 8
9 each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use My Space or Other Important Documents area available to them to upload such documents. These documents may be directly submitted from the My Space area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. SUBMISSION OF BIDS 1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as offline to pay the tender fee / EMD as applicable and enter details of the instrument. 4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 6) The server time (which is displayed on the bidders dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. 7) The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 8) Upon the successful and timely submission of bids (ie after Clicking Freeze Bid Submission in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. DMRC/CT-25R/Volume 1/NIT 9
10 9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. 3) For any Technical queries related to Operation of the Central Public Procurement Portal Contact at : Mobile Numbers: , , , , Tel: The 24 x 7 Toll Free Telephonic Help Desk Number Other Tel: , cppp-nic[at]nic[dot]in **** ANNEXURE-1A DMRC/CT-25R/Volume 1/NIT 10
11 SPECIFIC CONSTRUCTION WORK EXPERIENCE Applicant s legal name... Group Member s legal name Date. Page.. of.. pages For works of installation of ballastless track on MRTS or main lines of passenger Railway Systems including High Speed Rail as per clause no (A1) in last 7 years ending on last day of month previous to the month of tender submission. Contract Number required _ of Specific Construction Work Experience Information Contract Identification Award date Completion date Employer s Name Employer s Address: Telephone / Fax number: E Mail Role in Contract (Individual/JV- Consortium member) Individual JV Member Completion Cost As stated in Clients Certificate In equivalent INR as on last day of the previous month of tender submission price level If JV member specify percentage participation in contract & amount (Please refer Note-1) % participation Amount corresponding to percentage participation (In equivalent INR as on last day of the previous month of tender submission price level) Length of Ballastless Track installed In case of JV/Consortium, actual length executed by the Applicant (duly substantiated with Client Certificate) NOTE: 1. Only the value of contract as executed by the applicant/member in his own name should be indicated. Where a work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence. 2. Separate sheet for each work along with Clients Certificate to be submitted. DMRC/CT-25R/Volume 1/NIT 11
12 ANNEXURE-1B CONSTRUCTION WORK EXPERIENCE OF JV MEMBERS (TO BE FILLED BY EACH OF THE JV MEMBER) Applicant s legal name... Date. Group Member s legal name Page.. of.. pages For works of civil engineering consisting of any of the Tunnelling / System works (Signalling or Traction) / Underground works / Bridges / Viaducts / RCC buildings / ballasted or ballastless track installation of value of more than or equal to the 40% of the Approximate cost of work given in NIT in last 7 years as per clause no (A 2) or more at the price level on last day of month previous to the month of tender submission (considering escalation as per Clause of Notes Bullet no. vi) Contract Number required Contract Identification Award date Completion date _ of Construction Work Experience of JV Members Information Employer s Name Employer s Address: Telephone / Fax number: E Mail Role in Contract (Individual/JV-Consortium member) Individual JV Member Completion Cost As stated in Clients Certificate In equivalent INR as on last day of the previous month of tender submission price level If JV member specify percentage participation in contract & amount (Please refer Note-1) % participation Amount corresponding to percentage participation (In equivalent INR as on last day of the previous month of tender submission price level) Nature of work : Tunnelling / System works (Signalling or Traction) /UG Work/ Bridge/ RCC buildings/ Ballasted or Ballastless track installation Please specify Cost component of above component (s) in equivalent INR as on last day of the previous month of tender submission price level NOTE: 1. Only the value of contract as executed by the applicant/member in his own name should be indicated. Where a work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence. 2. Separate sheet for each work along with Clients Certificate to be submitted. DMRC/CT-25R/Volume 1/NIT 12
13 ANNEXURE - 1C: Summary of Information provided in Annexure-1A Applicant s legal name... Group Member s legal name Date. Page.. of.. pages Name of Applicant (each member in case of group) Total Number of works As per clause no A1 at the price level as on last day of the previous month of tender submission No. of contracts delayed, i.e., completed beyond the original date of completion NOTE:- 1. In case the work was done as JV/Consortium, only the value of work done by the applicant as per his Percentage participation must be given. 2. Reasons of delay whether on contractors account or on account of Employer in each applicable case need to be enclosed separately. DMRC/CT-25R/Volume 1/NIT 13
14 ANNEXURE 1D: Summary of Information provided in Annexure-1B Applicant s legal name... Group Member s legal name Date. Page.. of.. pages Name of Applicant (each member in case of group) Total Number of works As per clause no A2 at the price level as on last day of the previous month of tender submission No. of contracts delayed, i.e., completed beyond the original date of completion NOTE:- 1. In case the work was done as JV/Consortium, only the value of work done by the applicant as per his Percentage participation must be given. 2. Reasons of delay whether on contractors account or on account of Employer in each applicable case need to be enclosed separately. DMRC/CT-25R/Volume 1/NIT 14
15 Financial DATA ANNEXURE- 2 Applicant s legal name Date Group Member s legal name Page.. of.. Pages Each Applicant or member of a JV must fill in this form S.N. Description Financial Data for Latest Last 5 Years (Indian Rupees) 1. Total Assets 2. Current Assets 3. Total External Liabilities 4. Current Liabilities 5. Annual Profits Before Taxes 6. Annual Profits After Taxes 7. Net Worth [= 1-3] 8. Working Capital [=2-4] 9. Return on Equity 10 Annual turnover (from construction) 11 Gross Annual turnover Year Year Year Year Year Attach copies of the audited balance sheets, including all related notes, income statements for the last five audited financial years, as indicated above, complying with the following conditions. 1. Separate Performa shall be used for each member in case of JV/Consortium. 2. All such documents reflect the financial data of the Applicant or member in case of JV, and not sister or Parent Company. 3. Historic financial statements shall be audited by Statutory Auditor of the Company under their seal & stamp and shall be strictly based on Audited Annual Financial results of the relevant period(s). No statements for partial periods will be accepted. 4. Historic financial statements must be complete, including all notes to the financial statements. 5. Foreign applicants, in whose country calendar year is also the financial year, may submit all relevant data for the last 5 years i.e. 2011, 2012, 2013, 2014 and Return on Equity = Net Income / Shareholders Equity Return on Equity = Net Income is for the full fiscal year (before dividends paid to common stock holders but after dividends to preferred stock). Shareholders equity does not include preferred shares. 7. The above Annexure shall be duly certified by Chartered Accountant / Company Auditor under his signature & stamp. DMRC/CT-25R/Volume 1/NIT 15
16 FINANCIAL DATA ANNEXURE- 3A (CONSTRUCTION WORK DONE DURING THE LATEST LAST FIVE FINANCIAL YEARS) NAME OF THE BIDDER (CONSTITUENT MEMBER IN CASE OF JV/CONSORTIUM) : (All amounts in Rupees in Crores) S. No. DESCRIPTION Financial Data for Last 5 Audited Financial Years Year Year Year Year Year Total value of construction work done as per audited financial statements NOTE: 1. Separate Performa shall be used for each member in case of JV/Consortium. 2. Attach attested copies of the Audited Financial Statements of the last five financial years as Annexure. 3. All such documents reflect the financial data of the bidder or member in case of JV/Consortium, and not that of sister or parent company. 4. The financial data in above prescribed format shall be certified by Chartered Accountant / Company Auditor under his signature & stamp. 5. The above financial data will be updated to the last day of the previous month of tender submission price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender. DMRC/CT-25R/Volume 1/NIT 16
17 ANNEXURE 3B: Works in hand ANNEXURE- 3B Applicant s legal name... Group Member s legal name Date. Page.. of.. pages Name and Name brief of client particulars with of contract telepho (Clearly ne indicate number the part of and fax the work number assigned to the applicant (s)) Contract Value In Rupees Equivalent (Give only the value of work assigned to the applicant(s) (Assume inflation as given in Annexure1) Value of balance work yet to be done in Rupee equivalent as on last day of the previous month of tender submission Date of Completion as per Contract Agreement Expected Delay if any, Completio with reason n Date Value of work to be done on the date of submission during next 18 months TOTAL DMRC/CT-25R/Volume 1/NIT 17
18 ANNEXURE- 4 DELETED DMRC/CT-25R/Volume 1/NIT 18
Tender for Printing of Posters Annual Rate Contract. Ref: CDACH/Pur/16/Print/RC-Poster Date: March 17, 2016
Tender for Printing of Posters Annual Rate Contract Ref: CDACH/Pur/16/Print/RC-Poster Date: March 17, 2016 CDAC invites on-line bids from renowned printer having experience in Government/Semi Government/Autonomous
Ministry of External Affairs External Publicity & Public Diplomacy Division. Expression of Interest (EOI) invited for making a documentary film
Ministry of External Affairs External Publicity & Public Diplomacy Division Expression of Interest (EOI) invited for making a documentary film 1. Scope of Work External Publicity & Public Diplomacy (XPD)
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
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
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]
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
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
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
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
(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
PROCEDURE UNDER E-TENDERING INSTRUCTIONS TO APPLICANTS (Note: RFQ stands modified to the extent required as per these instructions).
DEFINITIONS PROCEDURE UNDER E-TENDERING INSTRUCTIONS TO APPLICANTS (Note: RFQ stands modified to the extent required as per these instructions). a) ITI Limited: A service provider to develop and customize
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
E-PROCUREMENT TENDER DOCUMENT
E-PROCUREMENT TENDER DOCUMENT NATIONAL INSTITUTE OF TECHNOLOGY JAMSHEDPUR P. O.: RIT, JAMSHEDPUR, ( JHARKHAND)- 831014 (An Institute of National Importance under Ministry of HRD, Govt. of India) CENTRAL
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
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
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,
OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM
OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM OIL INDIA LIMITED (OIL) invites sealed bids from eligible Bidders/ Firms for the following services : IFB No./
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
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
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
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
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 FORMAT 8. APPLICATION FEE :
Dated: 25.05.2015 TENDER FORMAT TENDER FOR RENTAL SERVICES OF INTERNET LEASED LINES FOR COMPUTER CENTRE, SCRB AT PS KAMLA MARKET, DELHI AGAINST TENDER NO.V/25/15/DP/COM/INTERNET LEASED LINES-40MBPS. 1.
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
DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)
DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Supply, Installation, Testing and Commissioning of VRV/VRF type HVAC System for the office of CPM-5 at Dhaula
ELECTRONIC TENDERING SYSTEM FOR RFQ
ELECTRONIC TENDERING SYSTEM FOR RFQ 1. Guidelines These conditions will over-rule the conditions stated in the RFQ, wherever relevant and applicable. 2. Registration 3. Digital Certificate All the Bidders/Applicants
NOTICE INVITING e-quotation
NOTICE INVITING e-quotation O/O EXECUTIVE DIRECTOR FLIGHT INSPECTION UNIT SAFDARJUBG AIRPORT NEW DELHI-110003 Ref.No: AAI/FIU/Aircraft/Insurance/2015-16/ DATE: 05/08/2015 Subject: Insurance of AAI Fleet
Expression of Interest
Expression of Interest UCO Bank, one of India s leading public sector banks, places its Expression of Interest for empanelment of advertising agencies, based in India for engaging their services in the
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,
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/
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
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.
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
TABLE OF CONTENTS. Vendor Registration... 2. Usage of Digital Signature Certificate... 3
TABLE OF CONTENTS Frequently Asked Questions (FAQ) on Vendor Registration... 2 Usage of Digital Signature Certificate... 3 What is an etoken?. 4 What is stored in etoken? How to install the etoken drivers?
Corrigendum to RFP for Selection of Managed Service Provider for eprocurement System
Corrigendum to RFP for Selection of Managed Service Provider for eprocurement System Reference is made to RFP Ref. No.: DSD/HR/e-procurement/2013/1 Dated 15/07/2013. Following corrections/alterations in
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
Section 3 - Evaluation and Qualification Criteria
Páge 1 of 13 This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In accordance with ITB 34 and ITB 35, no other methods, criteria and factors shall
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
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
TOURISM CORPORATION OF GUJARAT LIMITED Tender No: TCGL/MR/ Tender Fee: Rs 500/- Name of the Agency. 30 th May, 2013 at 3.00 pm
TOURISM CORPORATION OF GUJARAT LIMITED Tender No: TCGL/MR/ Tender Fee: Rs 500/- Name of the Agency Tender for Selection of Digital Marketing Consultant. S.No. Work Last date for submission of Tender Date
Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three envelope system, mobilization advance, specialized works, etc.
OFFICE MEMORANDUM No.DGW/MAN/160 ISSUED BY AUTHORITY OF DIRECTOR GENERAL OF WORKS NIRMAN BHAWAN, NEW DELHI DATED:31.07.08 Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three
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
PRELIMINARY GUIDELINES E-PROCUREMENT MODULE OF NIC
PRELIMINARY GUIDELINES E-PROCUREMENT MODULE OF NIC As per the Office Memorandum (OM)no. 10/3/2012-PPC dated 30 th March, 2012, issued by the Department of Expenditure, all Ministries / Departments of the
(1) NATIONAL FERTILIZERS LIMITED A-11, Sector -24, Noida (U.P) Performa for Empanelment of Advertising Agency
(1) NATIONAL FERTILIZERS LIMITED A-11, Sector -24, Noida (U.P) Performa for Empanelment of Advertising Agency 1 Name of Advertising Agency 2 Complete Address with telephone numbers Fax no, E-mail, etc.
1. I am already a registered member of NCDEX; will I still need to register with SEBI?
1. I am already a registered member of NCDEX; will I still need to register with SEBI? Yes. As per SEBI directives dated September 28, 2015, every Member of the Exchange is required to register with SEBI
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 (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
Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture
Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture IDBI Bank Ltd. proposes to carryout Modular Furniture Works for its new bank branches and offices, Renovation
BIDDING DOCUMENT FOR
- 1 - HARYANA STATE ROADS AND BRIDGES DEVELOPMENT CORPORATION Bays No.13-14, Sector-2, Panchkula BIDDING DOCUMENT FOR PROVIDING ACCESS CONTROL AND VISITOR MANAGEMENT SYSTEM IN BUILDING OF HARYANA STATE
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
SHORT TERM TENDER NOTICE
NIELIT Headquarters, New Delhi File No.1 (55)/2000 NIELIT/Vol-I Date: 01.04.2015 SHORT TERM TENDER NOTICE For AMC of Air Conditioners (ACs). 1. Competitive offers in sealed covers super scribed with the
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
AFRICA ENERGY S.A. SENEGAL
AFRICA ENERGY S.A. SENEGAL NOTICE INVITING TENDERS Tender No: AESA ICB 001 (INTERNATIONAL COMPETITIVE BIDDING) For ENGINEERING, PROCUREMENT & CONSTRUCTION (EPC) FOR 3x100/120 MW COAL BASED THERMAL POWER
For Empanelment of Registered Firms of Chartered Accountants for. conduct of Audit of Accounts and also Physical verification
'... REQUEST FOR PROPOSAL (RFP) For Empanelment of Registered Firms of Chartered Accountants for conduct of Audit of Accounts and also Physical verification of Works executed by the Gram Panchayats of
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
Supply, Installation and maintenance of OCSP software
Government of India Ministry of Communications and Information Technology Department of Electronics and Information Technology CONTROLLER OF CERTIFYING AUTHORITIES Electronics Niketan,6, CGO Complex, Lodi
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"
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
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
2 2 & 2 3 3 3 4 / / EMD
Contents Website... 2 Live Tenders... 2 Registration & Digital Signatures... 2 Participation in the Tender... 3 Login... 3 Online Request for the Tender... 3 Download Documents... 4 Upload files Technical
ONGC Guidelines to Bidders for E-Procurement Application
ONGC Guidelines to Bidders for E-Procurement Application Page 1 of 18 1. Guidelines : The Notice Inviting Tenders (NITs) of all tenders/bid invitations above value of Rs.5.00 lakhs including e-procurement
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
FOOD CORPORATION OF INDIA REGIONAL OFFICE NO.8 SATHYAMURTHY ROAD CHETPET CHENNAI-600031
FOOD CORPORATION OF INDIA REGIONAL OFFICE NO.8 SATHYAMURTHY ROAD CHETPET CHENNAI-600031 ---------------------------------------------------------------------------------------------------------------------------
PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS
PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS Punjab National Bank HO: Information Technology Division 5, Sansad Marg, New Delhi-01 Information Technology Division
Expression of Interest for Empanelment of Advertising Agencies
Expression of Interest for Empanelment of Advertising Agencies The Department of Tourism, Himachal Pradesh invites offers for empanelment from National level, reputed advertising companies / agencies that
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
WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)
WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,
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
Company Name Query Response. Systems Pvt. Ltd. the Bid in spite of neither being an ISO 9001:2008 nor a CMMI L3 certified company with a valid
Following are the queries received from different companies with regard to the RFP for School Quality Assessment and Accreditation Management Solution : Company Name Query Response Orion India 1. Can Orion
DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES
THE ANDHRA PRADESH DAIRY DEVELOPMENT CO-OPERATIVE FEDERATION (APDDCF) LIMITED, LALAPET, HYDERABAD DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES ANDHRA PRADESH DAIRY DEVELOPMENT
FOOD CORPORATION OF INDIA CIVIL ENGINEERING DIVISION I REGIONAL OFFICE: HYDERABAD TECHNICAL BID. e-tender Document
FOOD CORPORATION OF INDIA CIVIL ENGINEERING DIVISION I REGIONAL OFFICE: HYDERABAD TECHNICAL BID e-tender Document Name of work:- ARMO works at FSD Mancherial for the year 2016-17 S.H:- Pre-Monsoon repairs
THE FOOD CORPORATION OF INDIA ENGINEERING DIVISION ::VIJAYAWADA TENDER DOCUMENT TECHNICAL BID. Systematic Maintenance of Railway Siding
THE FOOD CORPORATION OF INDIA ENGINEERING DIVISION ::VIJAYAWADA TENDER DOCUMENT TECHNICAL BID NAME OF WORK:- Systematic Maintenance of Railway Siding At BSC PENNADA for the year 2016-17 Asst. Genl Manager(Engg)
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
DMRC Group Personal Insurance(2016-19) (Tender No: DMRC/HR/INSURANCE/2016) Subject: Replies/clarification of queries of prospective Bidders
Annexure I Item (A): Replies/clarifications DMRC Group Personal Insurance(2016-19) (Tender No: DMRC/HR/INSURANCE/2016) Subject: Replies/clarification of queries of prospective Bidders Sr. Number Queries/Clarifications
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]
TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER
TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER PANJAB UNIVERSITY CHANDIGARH CONDITIONS GOVERNING THE TENDER For supply of OMR Scanner with Bar Code Reader 1. Tenders for supply of OMR scanner
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
NATIONAL INSTITUTE OF OCEAN TECHNOLOGY, CHENNAI
NATIONAL INSTITUTE OF OCEAN TECHNOLOGY, CHENNAI NOTICE INVITING OFFERS FROM CHARTERED ACCOUNTANT FIRMS FOR APPOINTMENT OF STATUTORY AUDITORS OF THE INSTITUTE National Institute of Ocean Technology (NIOT)
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
North American Development Bank. Model Prequalification Document: Prequalification of Contractors
North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried
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
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)
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
EPS SELLER MANUAL FOR SAIL PLANT
EPS SELLER MANUAL FOR SAIL PLANT 1. How to log in to EPS (Limited and Open Tenders)? For logging in please visit https://procurement.metaljunction.com Click on SIGN IN For Limited Tenders : For Limited
DETAILED TERMS AND CONDITIONS FOR PROVIDING SERVICES OF FIRMS OF CHARTERED ACCOUNTANTS.
7. DETAILED TERMS AND CONDITIONS FOR PROVIDING SERVICES OF FIRMS OF CHARTERED ACCOUNTANTS. Qualification Criteria In the pre-qualification bids, the tenderer should submit proof of fulfilling the following
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 DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER
TENDER DOCUMENT For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER Rs. 200/- THE PUNJAB STATE BOARD OF TECHNICAL EDUCATION AND INDUSTRIAL TRAINING 23/08/2010 CONDITIONS GOVERNING THE TENDER For suppy of
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
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
Expression of Interest for Empanelment Of Film Producer/ Film Production Agency
Axom Sarba Siksha Abhiyan Mission Kahilipara, Guwahati -19 EOI No.SSA/CP/RTE-Campain-52/2011/PT/4923 Date : 08.10.2012 DOCUMENT Expression of Interest for Empanelment Of Film Producer/ Film Production
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@
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
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
ODISHA POWER TRANSMISSION CORPORATION LIMITED (A Govt. of Odisha Undertaking) Regd. Office: Janpath, Bhubaneswar -751 022
ODISHA POWER TRANSMISSION CORPORATION LIMITED (A Govt. of Odisha Undertaking) Regd. Office: Janpath, Bhubaneswar -751 022 (Domestic Competitive e-bidding) e-tender Document No.: TW-IT/OT/04/2014-15 dated:25-04-2015
TENDER FOR SITC of VOICE COMMUNICATION SYSTEM AT DELHI & KOLKATA AIRPORTS
Tender Fees: Rs. [1705/-] AIRPORTS AUTHORITY OF INDIA RAJIV GANDHI BHAWAN, SAFDARJUNG AIRPORT, NEW DELHI -110 003. TENDER FOR SITC of VOICE COMMUNICATION SYSTEM AT DELHI & KOLKATA AIRPORTS Tender No: (CNS-P)-05/2012-13
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
Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA
Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA Request for Proposal (RFP) Empanelment/ Registration of Vendors
