Search Tenders | Search Tender Opportunities | NIT- RFQ - Global Tenders - "Tender Mill"

Showing posts with label Request For Qualification. Show all posts
Showing posts with label Request For Qualification. Show all posts

Sunday, March 4, 2012

Jhar Bihar Colliery Limited (JCL), NIT for selection of Mine Developer cum Operator (MDO) for the Uram Paharitola Coal Block

NIT No. 851/PR/JSEB/2011-12

Project: The Ministry of Coal, Government of India has allocated the Urma Paharitola Coal Block jointly to Jharkhand State Electricity Board (JSEB) and Bihar State Mineral Development Corporation (BMDC) under Government Company dispensation in pursuance of the provisions under Section 3(3) (a)(i) of the Coal Mines (Nationalization) Act 1973 with specific terms & conditions for end use purpose.

Jhar Bihar Coliery Limited (JBCL), a JV of JSEB and BSMDC incorporated with the sole intension of development of Urma Paharitola Coal Block. The salient features of Urma Paharitola Coal Block are:

Estimated Reserves -579.30 MT; Grade –B-G (Approx); Area -10 Sq Km

Now the JSEB has invited bids from technically and financially competent organizations to act as Mine Developer cum Operator (MDO) for development, financing, mining, processing and delivery of coal from Urma Pahritola Coal Block.

Brief Role of MDO: The MDO shall be responsible for exploration (if required), obtaining all approvals/ clearances, Geographical Report and Mine Plan, acquisition of land, rehabilitation, financing, development, mining and selling of coal, operation and maintenance of the coal mine and closure of mines.

RFQ Document sale date: From 05.03.2012 to 26.03.2012

Bid Document Fee: Rs 3,00.000/- or USD 6,100/-

Pre Bid Meeting: 04.04.2012, 3:00 PM in the office of Director, JCL

Last Date of Submission: 24.04.2012, 15:00 Hrs

Contact Details:

Office Director
JCL, JSEB HQ (Campus)
Engineering Building,
HEC, Dhurwa, Ranchi – 834004
Jharkhand

Tel: 09934150122, Fax: 0651- 2241146

For more details visit www.jseb.in from 05th March 12 onward for download of documents
Source: HT 04.03.12

Saturday, March 3, 2012

S.C.COMPLEXUL ENERGETIC TURCENI S.A. invitation for Rehabilitation and Modernisation of Power Units 3 & 6 – Phase I – Rehabilitation and Modernisation of Power Unit 6 Project


Rehabilitation and Modernisation of Power Units 3 & 6 – Phase I – Rehabilitation and Modernisation of Power Unit 6 Project 

Procurement ref
6601-PRE-37696
ountry:
Romania
Sector:
Power and energy
Project number:
37696
Funding sources:
EBRD AND BLACK SEA TRADE DEVELOPMENT BANK (BSTD)
ontract type:
Project goods, works and services
Notice type:
Invitation for pre-qualification
Issue date:
27 Feb 2012
Closing date:
5 Mar 2012
11:00AM Local time



LOT – 2 - Turbine, Turbine Auxiliary, Electric and I & C

This Invitation for Prequalification follows the updated General Procurement Notice for this project which was published on the EBRD website, Project Procurement Notices (http://www.ebrd.com/pages/workingwithus/procurement/project.shtml) on August 23rd, 2011.

S.C.COMPLEXUL ENERGETIC TURCENI S.A., hereinafter referred to as “the Client”, intends using part of the proceeds of a loan from the European Bank for Reconstruction and Development, hereinafter referred to as “the Bank” and from Black Sea Trade and Development Bank towards the cost of Rehabilitation and Modernisation of Power units 3 & 6 – Phase I – Rehabilitation and Modernisation of Power Unit 6 Project.

The Client intends prequalifying firms and consortia to tender for the following contract, hereinafter referred to as “the Contract”, to be funded from part of the proceeds of the loan:


Contract for Plant and Design-Build for Electrical and Mechanical Plant, and for Building and Engineering Works, Designed by Contractor covering :

(i)                 Rehabilitation and modernisation of the 330 MW turbo-generator and turbo-generator auxiliary for power unit no. 6;

(ii)               (ii) Rehabilitation and modernisation of the Electric and I & C plants for power unit no. 6;

As a result of the Project, the environmental conditions, in particular NOx emissions through the Project should be improved and comply with the EU environmental directives.

Location : S.C. Complexul Energetic Turceni S.A., 1 Uzinei St., Turceni City, Gorj County, Romania, Postal Code 217520

Estimated schedule : contract effectiveness First Quarter 2013, commissioning in the Fourth Quarter 2014.

The remaining works of power unit no. 6 e.g. rehabilitation and modernisation of the 1035 t/h boiler and boiler auxiliary for power unit no. 6 is being contracted under a separate contract.

Prequalification and tendering for contract to be financed with the proceeds of a loan from the Bank is open to firms and joint ventures of firms from any country.


Prequalification documents may be obtained from the office at the address below upon written request and payment of a non-refundable fee of 120.97 RON (one hundred twenty and ninety-seven hundredths) or net equivalent in EURO 27.79 (twenty seven and seventy-nine hundredths) [Exchange Rate 1 Euro = 4.3535 RON].

Last date of submission of prequalification documents: April 5th, 2012, 11.00 hours (Bucharest Time).


Interested firms may obtain further information from, and acquire the prequalification documents at the following office:


CONTACTS

Laviniu Danciu

Rehabilitation Units 3,6 Department (PMIU)

S.C. Complexul Energetic Turceni S.A.

1 Uzinei Street, Turceni City, Gorj County, Romania,

Postal Code 217520

Tel: +40 253 335 798

Fax:+40 253 335 788




For more details visit ebrd website

Monday, February 27, 2012

OPGC RFQ for selection of mine developer and operator of Manoharpur coal block


REQUEST FOR QUALIFICATION FOR SELECTION OF MINE DEVELOPER AND OPERATOR (MDO) OF MANOHARPUR COAL BLOCK

Odisha Power Generation Corporation Ltd (OPGC) is setting up 2 x 660 MW (Units 3 & 4) supercritical coal fired thermal power station at lb Thermal Power Station, Banharpali, Jharsuguda, Odisha, India. The Ministry of Coal, Government of India has allotted two contiguous coal blocks – Manoharpur (fully explored with proven geological reserves of 181.68 MT) and its Dip side (regionally explored with indicative geological reserves of 350 MT) located in the Ib Valley coal fields in the state of Odisha to meet the fuel requirement for its capacity addition.

OPGC has hereby initiated the bidding process for selection of MDO of the Manoharpur Coal Block and accordingly invites proposals from the companies who are prima facie' engaged in mining operations through issuance of Request for Qualification (RFQ). The details about the indicative scope of work, qualification requirements and cost of RFQ document etc. are available at OPGC website: http://www.opgc.co.in The Prospective Bidders willing to enter into Integrity Pact would qualify to participate in the Tender.

Last Date for purchase of RFQ from OPGC or down load from OPGC website is 15th March 2012. All correspondence including any further information required in relation to this RFQ shall be addressed to the General Manager (Mines) at the below address or email: mdo@opgc.co.in


ODISHA POWER GENERATION CORPORATION LTD.

7th Floor, Fortune Towers, Chandrasekharpur, Bhubaneswar, Odisha, India, PIN- 751023

Ph: +91 6742303765 - 66, Fax: +91 6742303755/56

Sunday, September 11, 2011

Cairn India EOI, Cairn India Invitation of Global EOI for Provision of Diving Services


Global Expression of Interest (EOI for Provision of Diving Services

Cairn Energy India Pty Ltd (CEIL) is the Operator of Offshore Oil & Gas field “Ravva” located in East coast of India, in Andhra Pradesh nearest Sea Port Kakinada on behalf of Ravva Joint venture consisting of ONGC, Videocon Petroleum Ltd (VPL), Ravva Oil Singapore (ROS) and Cairn Energy India Pty Ltd (CEIL).

CEIL intends to avail diving services from reputed  diving contractors for carrying out various Subsea  and surface activities in the offshore to ensure the offshore assets are maintained in operational standards and as per regulatory requirements.

Diving services shall encompass the Inspection, Maintenance and Repair of Platforms, Pipelines, Risers, CALM buoy and associated subsea structures and equipment.

Platform Inspection for Recertification, Installation of Boat landings, Installation of Marine Growth Preventers, SPM annual Survey etc will be the main activities that are likely to be undertaken during First Year of Contract.

All diving and associated procedures and equipment shall be minimally, in accordance with the IMCA/IACS guidelines 

Dive Team and Equipment:

The offshore installations in the Ravva Field (Platforms Jackets, CALM Buoy, Underwater Pipelines Etc), especially the Oil Offloading system is maintained by a diving team. This is required to ensure the availability of the critical equipment through which the entire crude produced in the field is evacuated. Apart from routine maintenance, the dive team carries out minor subsea pipe line intervention as part of the dive team scope. For this purpose a complete set of diving equipment and diving personnel are being mobilised during the fair weather window (Oct – Apr) for the maintenance/ inspections.

Company is seeking IMCA Certified Contractors through EOI process.

CEIL on behalf of its joint venture partners has invited reputed Contractors with demonstrated HSE performance to express their interest to participate in pre qualification as bidders and to participate in competitive bidding process. In view of the nature of the scope, only those Companies possessing the requisite andproven record of performance in executing at least one similar job of value exceeding 2.5 Mn Dollars in last three years should respond to this notice. 

In addition to the above requested documentation, bidders shall also submit credentials to support the specific qualification criteria for each package.

CEIL request interested contractors to submit their Expression of Interest along the requested details within ten (10) days of publication of this EOI by email as attached PDF File and via courier to:

GM – Procurement and Supply Chain Management
EOI No :-CEIL/EOI/OPS.PSCM/RAVVA/1000023063
Cairn Energy India Pty. Limited
Tower A, Paras Twin Tower, Sector Road, 
Sector 54, Gurgaon 122002 [Haryana], India
Tel.: +91-124-4764000; Fax :+91-124-4764568

For more details on Qualification Requirements etc, visit Cairn India website
Source: Internet

Cairn Energy India EOI, Cairn Energy India Global Invitation of EOI for Blasting and Painting of Offshore Platforms; Block RAVVA


Expression of Interest/ Pre-Qualification for Blasting and Painting of Offshore Platforms: Block Ravva

Cairn Energy India Pty Ltd. (“CEIL”) is the Operator of the Offshore Ravva block located in the east coast of India, in Andhra Pradesh, nearest Sea Port Kakinada. Ravva field is located in shallow waters offshore. CEIL is planning to engage an experienced Contractor for blasting and painting of the various platforms in Ravva field.

CEIL has sought Expression Of Interests for pre-qualification from suitably experienced Contractors who wish to receive tender documents for the above services under Competitive Bidding procedure. 

Scope of Work

• Blasting and painting of Two Platforms preferably ”RA & RB”
• Estimated Contract Period: One Year
• Contractor shall mobilize the marine spread (Accommodation & Storage Vessel and minimum one service boat) by mid December 2011. Accommodation will be required for about 30 personnel apart from vessel crew for safe manning.
• Blasting & painting of both the platforms need to be completed in JanuaryMarch 2012 weather window.

Specifics
Only those Vendors who can comply with all of the following and can, by their submission, demonstrate a successful track record,  listing previous projects, current projects in progress, clients, and client key contacts that may be approached, should respond to this Notice.  

The Vendor must fulfil the following minimum criteria:

1. Company details, equipment owned and details of marine spread (Accommodation & storage vessel and minimum one work boat).
2. Health, Safety and Environment policies.
3. Quality assurance and control system followed.
4. List of similar marine spread based contracts executed in last three years with documentary proof (Work completion certificate).

B) Financial Criteria:
1. Bidder must have executed single contract value of US$ 0.5 million during any of the last Three years for similar blasting & painting jobs at offshore platforms using marine spread.
2. Corporate financial details: Company’s revenue and net worth details along with audited financial statements for the last 3 years (2010-11, 2009-10, 2008-09). 

Bidder’s total turn over shall be at least US$ 1.0 MM for any of the last three financial years.

CEIL request interested contractors to submit their Expression of Interest along the requested details within ten (10) days of publication of this EOI by email as attached PDF File and via courier to.The envelope shall be superscribed with “Blasting and Painting of offshore platforms - Ravva Block - Prequalification 2011” and shall be addressed to:

GM – Procurement and Supply Chain Management
EOI No :-CEIL/EOI/OPS.PSCM/RAVVA/1000022700
Cairn Energy India Pty. Limited
Tower A, Paras Twin Tower, Sector Road, 
Sector 54, Gurgaon 122002 [Haryana], India
Tel.: +91-124-4764000; Fax :+91-124-4764568

For more details visit Cairn India Website
Source: Internet

Friday, August 19, 2011

Civil Aviation Authority of Nepal, Invitation for Pre Qualification for Air Transport Capacity Enhancement Project


Asian Development Bank Contract No.: ICB-01: Airside Infrastructure and Landside Terminal Improvement at TIA, Simikot and Rara Airports

The Civil Aviation Authority of Nepal hereinafter referred to as the "Employer" intends to prequalify firms for the following works ("the Works") under this project under loan from Asian Development Bank.

ICB-01: Component-A: Airside Infrastructure at TIA will include:
·         Land preparation for parallel taxiway, international apron, hangar areas for Nepal Airlines, Domestic Airlines and Nepal Army;
·         300 m extension of runway;
·         Pavement works of runway, taxiways and apron;
·         Drainage works for runway strip, taxiway strip and apron area;
·         Installation of power supply system and aeronautical lighting system,
·         Installation of water supply system, sewage treatment plant and solid waste disposal system; and
·         Provision of Foam Tender

ICB-01: Component-B: Landside Terminal at TIA will include:
·         Reconfiguration and refurbishment of existing international terminal building; and
·         Construction of new domestic terminal building

ICB-01: Component-C: Works at Simikot and Rara Airports will include:
·         Construction of terminal building with tower at both airports
·         Pavement of runway and apron, and drainage works at Rara airport
·         Installation of ATC communication and meteorological equipment
·         Provision of snow plough

Bid Document Fee: Nepalese Rupees 7,500/-
Deadline for Bid submission: 12th October 2011, 2:00 P.M.

Contact Details:

Attention: Project Director
P.O. Box 284, Sinamangal, Kathmandu, Nepal
TIA Improvement Project Directorate
Kathmandu,
Country: Nepal
Telephone: +977 - 1 - 446 – 6665
Facsimile number: +977 - 1 - 447 – 7410

For more details visit Asian Development Website or click on the link here to view NIT

Wednesday, August 17, 2011

Gujarat State Petronet Ltd., Gandhinagar, pre-qualification bids For Gas Turbine driven Centrifugal Gas Compressor Package(s).

NOTICE INVITING PRE-QUALIFICATION:
GUJARAT STATE PETRONET LTD.
GANDHINAGAR, GUJARAT STATE, INDIA
Notice Inviting Prequalification

Gujarat State Petronet Ltd., Gandhinagar, Gujarat State, India (GSPL has invited pre-qualification bids  For Design, Engineering, Manufacture, Testing, Supply, Supervision Erection & Commissioning of Gas Turbine driven Centrifugal Gas Compressor Package(s).

Interested parties may download the Bid Qualification Criteria (BQC), Pre-Qualification document and bidding schedule from GSPL website (www.gujpetronet.com) from  07-08-11 to 30-08-11 Or send mail to Gspl.procurement@gspc.in  in case there is any difficulty in downloading the document

The last date of submission of PQ bid: 16:00 hrs of 30-08-11

Pre-Qualification bids will be opened internally. Intimation to attend bid opening will be sent to technically qualified parties subsequently. All submissions to be made at below mentioned address:

Sr. Manager (Technical Services)
Gujarat State Petronet Limited,
3rd Floor, INFO CITY,
IT TOWER-1, Gandhinagar-382009
Gujarat State, India
Tel: 079-61902150;
Fax: 079-61902115

GSPL reserves the right to cancel and / or change the bidding process at any stage without assigning any reason. GSPL reserves the right to reject any or all of the bids received at its discretion without assigning any reason whatsoever.

For more details visit GSPL website or click here to view NIT

Source: Internet

Monday, August 15, 2011

Solar Energy Tenders, Clean Energy KREDL RFP for 80 MW Solar Power Project


Invitation No.: KREDL/RE/021/RFQ/2011-12 dated 09.08.2011

Karnataka Renewable Energy Development Limited, has invited a Request For Proposal (RFP) from Power Producing Companies for setting up of 80 MW grid connected solar PV and Solar Thermal Power Projects under Karnataka State Solar Policy 2011-12 to 2015-16 notified vide notification No.:EN:61:NCE:2011 dated 01.07.2011

The Energy Department, Government of Karnataka has published Solar Policy to Promote Solar Power as part of renewable energy policy for the period of 2011-12 to 2015-16. As per the new solar policy it is proposed to install 200 MW Grid connected Solar Power Project up to 2015-16 in the jurisdiction of Karnataka state, for the purpose of procurement by ESCOMs to meet requirements of renewable purchase obligations.

Karnataka Renewable Energy Development Limited (KREDL) is a nodal agency for facilitating and implementing of solar policy in the state. The energy department, Government of Karnataka has authorized the KREDL vide GO:NO:EN:61 NCE:2011(p1) dated 22.07.2011 to invite bids for 80 MW grid connected Solar Power Projects, targeted for 2011-12 and 2012-13 as per policy. KRDEL invites bids from eligible power producing companies developing solar power projects.

Nodal Agency:
The Managing Director
The Karnataka Renewable Energy Development Limited
#39, “ Shanthi Gruha” Bharath Scouts and Guide Building,
Palace Road
Bangalore – 560 001
Fax No.: 080 22257399, Tel: 080 – 22282220
Availability of RFQ and PPA agreement: 12.08.2011, 11:00 Hrs
Document Fee: INR 10,000/-
Bid Secuirty: INR 2,000,000/-
Bid Due Date: 20.20.2011, 16:00 Hrs

For more details visit www.kdredltest.in
Source: ET 09082011

Sunday, July 31, 2011

Power Development Board, Bangladesh Notice for Selection of the Project Sponsor for a 150-225 MW Gas Fired Combined Cycle Power Project on a Build, Own and Operate (Boo) Basis at Bhola, Bangladesh

Name of work: Notice for the Issuance of Bid Document for Selection of the Project Sponsor for Implementation of a 150-225 MW Gas Fired Combined Cycle Power Project on a Build, Own and Operate (Boo) Basis at Bhola, Bangladesh.

Organization: Power Development Board

Address: Office of the Secretary, Bangladesh Power Development Board, WAPDA Building (1st Floor), Motijheel C/A, Dhaka-1000.

Tender Ref. No.: 2218-BPDB (Sectt.)/Dev.158/2002

Public Relation Ref. No.: 56(6)/26.07.2011

Published At: Alltender.com 26-07-2011

Last date of Schedule Submission: 25-09-2011 12:00 PM

Location of Supply/Works: Bhola.

Special Instruction: The Project Sponsor will be selected through an international competitive bidding process from their (i) Qualification Statement & Technical, Commercial and Financial Proposal and (ii) Tariff Proposal submitted against the Qualification Document and Request for Proposal (Technical, Commercial and Financial requirement) and Request for Proposal (Tariff Proposal requirement) respectively. The selected Project Sponsor will be required to arrange the necessary financing and to execute the key project documents for the Project. BPDB seeks to qualify interested power project developers who have previous international (for local Bidders local experience will be accepted) experience in implementing power generation projects, and invites interested developers to submit (i) Qualification Statement & Technical, Commercial and Financial Proposal and (ii) Tariff Proposal in accordance with the criteria set forth in the Qualification Document and Request for Proposal (Technical, Commercial, Financial and Tariff requirement) respectively.

Friday, July 1, 2011

Bord Na Mona, Ireland, Qualification System - Utilities: Generators


IRL-Tullamore: generators
2011/S 124-206258
QUALIFICATION SYSTEM -UTILITIES
This notice is a call for competition No
SECTION I: CONTRACTING ENTITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)
Bord Na Mona
Group Procurement, Leabeg, Co Offaly
Attn: Sean Dunne
Tullamore
IRELAND
Tel. +353 579345900
Internet address(es)
General address of the contracting entity http://www.bnm.ie
Further information concerning the qualification system can be obtained at: Bord na Mona (hosted by Supplier Force)
Attn: Aneta Adamczyk-Ruiz (Supplier Force)
Dublin
IRELAND
Tel. +353 12566080
E-mail: RuizA@DNB.com
Internet: https://secure.supplierforce.com/RFXs/External/AltReg.Asp?RFXId=157
Further documentation can be obtained at: Bord na Mona (hosted by Supplier Force)
Attn: Aneta Adamczyk-Ruiz (Supplier Force)
Dublin
IRELAND
Tel. +353 12566080
E-mail: RuizA@DNB.com
Internet: https://secure.supplierforce.com/RFXs/External/AltReg.Asp?RFXId=157
Requests to participate or candidatures must be sent to: Bord na Mona (hosted by Supplier Force)
Co Offaly
Attn: Aneta Adamczyk-Ruiz (Supplier Force)
Dublin
IRELAND
Tel. +353 12566080
E-mail: RuizA@DNB.com
I.2)MAIN ACTIVITY OR ACTIVITIES OF THE CONTRACTING ENTITY
Electricity
Exploration and extraction of coal and other solid fuels

Bord Na Mona, Ireland, Qualification System - Utilities: Transforemers


IRL-Tullamore: transformers
2011/S 124-206259
QUALIFICATION SYSTEM -UTILITIES
This notice is a call for competition No
SECTION I: CONTRACTING ENTITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)
Bord Na Mona
Group Procurement, Leabeg, Co Offaly
Attn: Sean Dunne
Tullamore
IRELAND
Tel. +353 579345900
E-mail: sean.dunne@bnm.ie
Internet address(es)
General address of the contracting entity http://www.bnm.ie
Further information concerning the qualification system can be obtained at: Bord na Mona (hosted by Supplier Force)
-
Attn: Aneta Adamczyk-Ruiz (Supplier Force)
Dublin
IRELAND
Tel. +353 12566080
Internet: https://secure.supplierforce.com/RFXs/External/AltReg.Asp?RFXId=158
Further documentation can be obtained at: Bord na Mona (hosted by Supplier Force)
-
Attn: Aneta Adamczyk-Ruiz (Supplier Force)
Dublin
IRELAND
Tel. +353 12566080
Internet: https://secure.supplierforce.com/RFXs/External/AltReg.Asp?RFXId=158
Requests to participate or candidatures must be sent to: Bord na Mona (hosted by Supplier Force)
-
Attn: Aneta Adamczyk-Ruiz (Supplier Force)

Saturday, May 28, 2011

Power Finance Corporation Limited, Request for Qualification Notification for “Transmission System Associated with IPPs of Nagapattinam/Cuddalore Area – Package A” through tariff based competitive bidding process.

Request For Qualification

Power Finance Corporation Limited, has issued a Request for Qualification Notification for short listing of Bidders as Transmission Service Provider to establish Transmission System for “Transmission System Associated with IPPs of Nagapattinam/Cuddalore Area – Package A” through tariff based competitive bidding process.

RFQ Document Fee: INR 100, 000/- or USD 2,500/-
Issue of Bid Document: From 28.05.2011 to 27.06.2011 between 1030 hours (IST) to 1600 hours (IST)
Due date for submission of RFQ: 1500 hours (IST) on 12.07.2011

For more details visit Power Finance Corporation Limited website or click on the link here to view Document

Friday, May 27, 2011

Rajasthan Rajya Vidyut Prasaran Nigam Limited, RFQ for short listing of Bidders as Transmission Service Provider

RFQ Document No.: RAJ/PPP-4

Rajasthan Rajya Vidyut Prasaran Nigam Limited, (Bid Process Coordinator) Request for Qualification Document for short listing of Bidders as Transmission Service Provider to establish Transmission System for “400 kV D/C Babai (Jhunjhunu)- Jaipur (North) Line alongwith 400/220 kV GSS at Jaipur (North) And Associated Schemes/Work” through tariff based competitive bidding process.

Bid Document Fee: INR 30, 000/- OR USD 700/-
Issue of Bid Documents: 31.03.2011 to 25.08.2011
RFQ submission deadline: 14.09.2011, 14:30 Hrs

Contact Details:
The Superintending Engineer (NPP&R),
Rajasthan Rajya Vidyut Prasaran Nigam Limited,
Room No.302,
Vidyut Bhawan,
Janpath,
Jaipur - 302005
Tel.:  +91-141-2744290,  2740381 Ext. 1302 
Fax:  +91-141-2740275 

For more details visit Rajasthan Rajya Vidyut Prasan Nigam Limited website OR click on the link here to view the NIT

Friday, April 29, 2011

REC Transmission Projects Company Limited, Global Invitation for Pre-Qualification for Selection of Transmission Service Provider

Chief Executive Officer, on behalf of REC Transmission Projects Company Limited, (A wholly owned subsidiary of Rural Electrifications Corporation Limited), Core-4, Scope Complex, 7, Lodhi Road, New Delhi – 110 003, India has floated a Global Invitation for Pre-Qualification for Selection of Transmission Service Provider on Built, Own, Operate and Maintenance (BOOM) basis for Transmission System Associated with IPP of Vemagiri Area: Package –A through Tariff Based Competitive Bidding Process.

Document available on website: From 29.04.2011 to 13.06.2011
Fee: INR 100,000/- or US$ 2,275/-
Last date of submission of RFQ: 14.06.2011, 11:00 hrs IST

Contact Details:

Addl. CEO (Attn: Mr. V.K.Singh)
RECTPCL, Palika Bhawan,
Sector -13, R.K.Puram, New Delhi – 110066
Tel: 011- 46604302, Fax: 011-26115329, (Mobile) - +91 – 9891662125

Thursday, April 28, 2011

Delhi Metro Rail Corporation (DMRC) tender notice for Pre-Qualification of Construction Contractors

PQ No. – 20/III/012/2011

Delhi Metro Rail Corporation (DMRC) has floated tender notice for Pre-Qualification and intends to shortlist Construction Contractors for the construction of Elevated Viaduct inclusive of Stations for Phase III, of Delhi MRTS Project

Document on sale: 02.05.2011 to 16.05.2011
Date and time of Submission: Upto 15:00 hrs, 06.06.2011

Contact Details:

Chief General Manager / Tender
Delhi Metro Rail Corporation Limited
5th Floor, A-wing, Metro Bhawan,
Fire Brigade Lane, Barakhamba Road,
New Delhi – 110 001

Tel: 011- 23415838, Fax: 011 – 23417908

For more details visit DMRC website.

Next Power Sector Event

Recent Tenders in Power

Make your own