short tender document - software technology … · 5 thumble 300 sq. mm. 12 nos. 6 thumble 150 sq....

14
Software Technology Parks of India Patna Tender number: 122/09(49)1500/STPI-BH/2016 Signature of the bidder with seal Page 1 of 14 SOFTWARE TECHNOLOGY PARKS OF INDIA (Ministry of Electronics & I.T. (MeitY), Govt. of India) 13th Floor, Biscomaun Tower,Module-A5, West Gandhi Maidan, Patna-800001 (Bihar) Tele Fax 0612-2205627 Website: www.patna.stpi.in, www.bbs.stpi.in SHORT TENDER DOCUMENT Tender Title : Supply, Laying and commissioning of various electrical works at STPI-Patna Tender Ref. No. : 122/09(49)/1500/STPI-BH/2016 Date:20.12.2016 Last Date & Time :27.12.2016 by 14:00Hrs 1. MODE OF TENDERING : Two-Bid System Tender to be submitted in Sealed Two Bid System in Separate Covers as per the following: Cover-I: Technical Bid & Earnest Money Deposit Cover II: Financial Bid The tender has to be submitted in one sealed envelope and super scribing on the top of envelope BID FOR SUPPLY, LAYING AND COMMISSIONING OF VARIOUS ELECTRICAL WORK AT STPI- PATNAand addressed to “The Director, Software Technology Parks of India, Bhubaneswar and has to reach at Office of the Deputy Director, STPI, 13th Floor, Biscomaun Tower, Module-A5, West Gandhi Maidan, Patna-800001 (Bihar)This envelope shall contain two separate sealed envelopes one Technical bid super scribing on the top Technical Bid” and another for financial bid super scribing on the top as “Financial Bid”. Critical Date & Fact Sheet Date of Publishing 20.12.2016 Bid Submission Start date & Time 20.12.2016, 15:00 Hrs Cost of Tender documents ₹.500.00 through NEFT/RTGS in favor of Software Technology Parks of India, Bhubaneswar Earnest Money Deposit (EMD) Value ₹.10,000.00 through NEFT/RTGS in favor of Software Technology Parks of India, Bhubaneswar Bid submission End Date & Time 27.12.2016, 14:00 Hrs Technical Bid Opening Date & Time 27.12.2016, 14:30 Hrs at STPI, Patna Validity of Bid 90 Days from the mentioned date of closing Tender Inviting Authority The Director, STPI-Bhubaneswar Financial Bid opening Date Will be notified later only to the technically qualified agency/bidder Tender may either be obtained from STPI-Patna at above given address on any working day from 21/12/2016 to 26/12/2016 between 10.00 Hrs to 17.00 Hrs or downloaded any time from STPI website www.bbs.stpi.in / www.patna.stpi.in or www.eprocure.gov.in . For any clarifications/queries related to tender document, please contact the Deputy Director, STPI- Patna at above given contacts .

Upload: danghanh

Post on 24-Apr-2018

218 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 1 of 14

SOFTWARE TECHNOLOGY PARKS OF INDIA

(Ministry of Electronics & I.T. (MeitY), Govt. of India)

13th Floor, Biscomaun Tower,Module-A5,

West Gandhi Maidan, Patna-800001 (Bihar)

Tele Fax 0612-2205627 Website: www.patna.stpi.in, www.bbs.stpi.in

SHORT TENDER DOCUMENT

Tender Title : Supply, Laying and commissioning of various electrical

works at STPI-Patna

Tender Ref. No. : 122/09(49)/1500/STPI-BH/2016 Date:20.12.2016

Last Date & Time :27.12.2016 by 14:00Hrs

1. MODE OF TENDERING : Two-Bid System Tender to be submitted in Sealed Two Bid System in Separate Covers as per the following:

Cover-I: Technical Bid & Earnest Money Deposit Cover II: Financial Bid

The tender has to be submitted in one sealed envelope and super scribing on the top of envelope “BID FOR SUPPLY, LAYING AND COMMISSIONING OF VARIOUS ELECTRICAL WORK AT STPI-PATNA” and addressed to “The Director, Software Technology Parks of India, Bhubaneswar and has to reach at Office of the Deputy Director, STPI, 13th Floor, Biscomaun Tower, Module-A5, West Gandhi Maidan, Patna-800001 (Bihar)” This envelope shall contain two separate sealed envelopes one Technical bid super scribing on the top “Technical Bid” and another for financial bid super scribing on the top as “Financial Bid”. Critical Date & Fact Sheet

Date of Publishing 20.12.2016

Bid Submission Start date & Time 20.12.2016, 15:00 Hrs

Cost of Tender documents ₹.500.00 through NEFT/RTGS in favor of Software Technology Parks of India, Bhubaneswar

Earnest Money Deposit (EMD) Value ₹.10,000.00 through NEFT/RTGS in favor of Software Technology Parks of India, Bhubaneswar

Bid submission End Date & Time 27.12.2016, 14:00 Hrs

Technical Bid Opening Date & Time 27.12.2016, 14:30 Hrs at STPI, Patna

Validity of Bid 90 Days from the mentioned date of closing

Tender Inviting Authority The Director, STPI-Bhubaneswar

Financial Bid opening Date Will be notified later only to the technically qualified agency/bidder

Tender may either be obtained from STPI-Patna at above given address on any working day from 21/12/2016 to 26/12/2016 between 10.00 Hrs to 17.00 Hrs or downloaded any time from STPI website www.bbs.stpi.in / www.patna.stpi.in or www.eprocure.gov.in . For any clarifications/queries related to tender document, please contact the Deputy Director, STPI-Patna at above given contacts.

Page 2: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 2 of 14

INDEX

SL. NO. CONTENT PAGE NO.

1. SCHEDULE OF REQUIREMENT

3

2. INSTRUCTION TO BIDDERS & GENERAL TERM AND CONDITIONS

4

3. ANNEXURE-I (TECHNICAL BID) 11

4. ANNEXURE-II (FINANCIAL BID)

13

5. ANNEXURE-III (BANK GUARANTEE FORMAT) 14

Page 3: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 3 of 14

SCHEDULE OF REQUIREMENT

STPI-Patna invites sealed bids from reputed & financially sound agencies/bidders for Supply, laying and commissioning of following Stores as specification given below/attached in a two bid system taking into account the following conditions:

Sr. No. Description of item Quantity (Approximately)

1 Supply of 1.1KVA 3.5 core 300 Sq. mm. PVC insulated Armoured Aluminium Cable

130mtrs

2 Earthing 4 Nos.

3 Copper strip 50/5 for earthing 25 Kg.

4 GI strip 25/5 for earthing 20 Kg.

5 Thumble 300 Sq. mm. 12 Nos.

6 Thumble 150 Sq. mm. 04 Nos.

7 SS Gland Single Compressor 4 Nos.

8 Horn Pipe cement Size – 6” 300 ft.

9 Soil Digging 1.5ft depth for cable laying 300 ft.

10 Cable laying 390 ft.

11 Change over switch 400Amp, 4 Pole, Make L&T 1 No.

12 MCCB 630A 4 Pole Huger 1 No.

13 Motorized Change Over 630A Huger 1 No.

14 VIF Meter 1 No.

15 Copper Bus Bar 1 Set

16 1 HP Motor Starter (Water Pump) 1 No.

17 Installation charge including labour cost for soil digging, cable laying and installation

01 Job

1.1. SCOPE: The scope of this specification covers to supply, laying and commissioning various electrical works conforming to Bureau of Indian Standards (BIS) with latest amendments for effectively earthed specification system, which shall be as follows: 1.1.1 CABLE: Armoured PVC sheathed Aluminium cable and its necessary laying and termination shall be done by firm. For 3-phase DG sets, 3.5 core or higher core cables shall be used. The current rating of the cables shall be as per below table.

DG SET SPECIFICATION RECOMMENDED CABLE

Rating of DG set

No. of Phase

Rated Voltage

Full Load Current

No. of Cores

Cable Size 1.1 KV PVC Insulated Armoured Aluminium in mm

250 3 415 347.8 3.5 2 x 240 or higher 1.1.2 EARTHING:

Building suitable earthing station and necessary connections shall be done by successful bidder. For 3 phase DG sets, the total number of earthing pits/stations shall be 4 i.e. 2 for neutral and 2 for body-earthing. The successful Bidder in consultation with STPI should choose installation site in such a way that the earthing stations can be made within 20 metres of the DG set. Earthing station shall be typically built as per prevalent standard practices. Tolerance

Page 4: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 4 of 14

factor should not be more than 0 to 1ohms. Earthing chamber should be brick work with cast iron cover.

1.1.3 CABLE LAYING:

3.5Core U.G. cable shall be laid by excavating a trench of 1.5 Ft. depth and cover the UG Cable by using RCC/Brick troughs of suitable size to covered on the top of the UG cable and debris shall be cleared from the place and shall be make good as original.

For joining the LT Cable heat shrinkable joining kit of the LT cable joint shall be marked in letter painting for identification of cables, receiving point and ending points shall be indicated in accordance with the accepted practice in vogue.

The end termination for underground cables shall be of heat shrinkable type and shall be supplied and provided. The heat shrinkable joints and crimping type lugs shall be installed by highly skilled personnel.

1.6. LIABILITIES, CONTROL, ETC OF THE SUCCESSFUL BIDDER:

1.6.1 The Contracting firm shall not do any damage to the existing service / live of cables/ pipe lines and if any damages happened on the above the actual charges incurred for rectification to restore as normal shall be re-covered from the firm or it shall be rectified by their own cost.

1.6.2 Necessary precautions shall be taken by the contractor or his labours while working near the Road, Power supply cables, etc.

1.6.3 Safety and safe custody of materials tools and plants that are required by the firm during works, testing, commissioning and till handing over to the STPI shall entirely be the responsibility of the successful bidder.

1.6.4 STPI shall not be responsible for any damage or loss of any of the successful bidder‟s men and materials and for any damage / accident to the successful bidder‟s personnel.

1.6.5 The loading, transporting and unloading of the cables and other items from the section/store to site shall be the responsibility of the successful bidder.

1.6.6 Installation of Fuel tank, battery charging, and battery connection.

1.6.7 Supply and installation of a change-over of suitable rating along with AMF control panel for DG set.

1.6.8 The successful bidder shall conduct trial run of the DG set with the available electrical load at site. The trial run shall be for ONE hour. The available electrical load shall be less than or equal to the rated capacity of the DG set.

1.6.9 The consumables required for the trial run of DG set shall be provided by successful bidder.

INSTRUCTION TO BIDDERS & GENERAL TERMS & CONDITIONS

I. GENERAL TERMS

1. The tender can also be downloaded from web site (www.bbs.stpi.in or www.patna.stpi.in or www.eprocure.gov.in)

Page 5: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 5 of 14

2. The tender should be submitted in Sealed Two-Bid system. Cover-I should contain “Technical Bid” & “Earnest Money” and Cover-II should contain “Financial Bid”. Both the covers should be kept in one big Sealed Cover.

3. Non-refundable tender document cost of Rs. 500/- (Rupees Five Hundred only) through NEFT/RTGS in favour of “Software Technology Parks of India” payable at Bhubaneswar from any Commercial Bank should be submitted. Copy of UTR should be submitted with technical bid.

STPI-Bhubaneswar Bank Details for NEFT/RTGS

Name of the Bank Bank of India Branch Code 0005551

Account Holder(s) Name

SOFTWARE TECHNOLOGY PARKS OF INDIA

Address Bank of India A/123, Sahidnagar, Bhubaneswar-751007

Branch MICR NO. 751013005 Bank Account Number

555110110003601

IFS Code BKID0005551 Account Type Saving Bank Account

4. The Contractors registered with NSIC under single point registration will be exempted from submitting the Tender document cost. Proof of registration should be submitted along with Bid documents.

5. The completely filled bid document, duly sealed, should be send to “Office of the Deputy Director, STPI, 13th Floor, Biscomaun Tower, Module-A5, West Gandhi Maidan, Patna-800001 (Bihar)” and should reach on/or before 1400 hrs on 27-12-2016 by registered post or by hand (may drop in the TENDER BOX kept at above mentioned address) duly superscribed on the top of envelope as “BID FOR SUPPLY, LAYING AND COMMISSIONING OF VARIOUS ELECTRICAL WORK AT STPI-PATNA”.

6. The tender documents shall be treated as “confidential”

7. Bid shall be submitted with a forwarding letter on letter head of the bidder/agency duly signed and stamped by authorised signatory on each page to ensure the compliance of scope, services and general terms and conditions of the tender under reference.

8. Technical Bid should be submitted by the bidder strictly as per Bidder eligibility criteria with documentary evidences prescribed.

9. No overwriting, corrections and cutting in Financial bid format is permitted. All entries in the bid/tender form should be legible and filled clearly. If the space for furnishing information is insufficient, a separate sheet duly signed by the authorized signatory may be attached.

10. Each page of the tender document should be signed and stamped by authorized signatory. Alterations, if any, in the quotation should be attested by the tenderer, failing which the tender is liable to be rejected.

11. Rates of all items should be quoted; otherwise the bid shall be rejected. Rates should be quoted both in Figure & Words inclusive of applicable taxes and duties. The prices quoted should be firm and for free delivery/work at the site as mentioned above inclusive of Transit Insurance, Excise Duty and Entry Tax if any.

12. STPI also reserves the right to modify/relax any of the terms & conditions of the tender.

13. Pre-Bid Inspection / Survey: The bidder may Visit STPI to have an understanding of the requirement during working hours of STPI. Local Contact Person: Mr. Rajeeva Kumar, Deputy Director, STPI-Patna, M:- 9886507083.

Page 6: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 6 of 14

14. The selected bidder shall undertake to abide sincerely by all rules, regulations and laws of land for their responsibilities to provide the outsourced manpower and shall agree to keep itself liable and responsible for any such violation directly or indirectly related to their responsibilities for the contract.

15. STPI shall not be responsible for postal or any other delays. Bids received in an envelope that is damaged/torn or merely stapled will be summarily rejected.

16. Bids once submitted shall not allow to be withdrawn. Any default after acceptance of bid shall be deemed to be non compliance to the terms of contract and would be liable to forfeiture of EMD deposit and cancellation of contract.

17. Bidders/authorized representative duly authorized in writing on letterhead are requested to be present at the time of opening of the bids. If the date of tender opening, by any chance happens to be a holiday, the tender will be opened on the next working day at the stipulated time.

18. STPI, however, reserves the right to terminate/curtail/cancel the contract at any time after giving one week‟s notice to the Agency owing to deficiency of service, sub-standard quality of stores, breach of contract, etc. In such case successful bidder will not be admissible for any kind of compensation.

19. Once the rates are finalized, no increase will be considered in the rates quoted by the agency in any case during the period of the contract.

20. STPI reserves the right to reject any or all of the tenders or accept them in part or to reject lowest tender.

21. Canvassing in connection with tender is strictly prohibited and the tenders submitted by bidders who resort to canvassing will be rejected.

22. Separate DD will be submitted for Tender paper cost and EMD cost. Failing of which, the bid will be rejected.

23. The successful agency/bidder shall not be allowed to transfer, assign, pledge or sub contract its right and liabilities under the contract to any other agency.

24. The bidder will be bound by the details furnished by him/her/them to the STPI while submitting the tender/bid or at subsequent stage. In case, any of such documents furnished by the bidder or successful bidder is found to be false at any stage, it would be deemed to be a breach of terms of contract making him/her/them liable for legal action besides termination of contract.

II. ELIGIBILITY OF BIDDERS

1. The bidders should be company, registered under Indian Companies Act, 1956 or Parternership firm registered under Indian Partnership Act or Proprietary concern. Self attested documentary proof should be provided.

2. The bidders should have valid electrical license from the competent authority with validity of license throughout the period of Job. Self attested documentary proof should be provided.

3. The bidder should have atleast two years experience of executing similar work in Ministries/Departments of Govt. of India/Central Public Sector Undertakings/ Nationalized Bank/State Government Departments/Autonomous Bodies/ Corporations. The copy of the experience certificate/work order issued by the respective officer should be provided.

Page 7: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 7 of 14

4. The average annual turnover of the company/firm/agency should not be less than Rs.5 Lakh during the last two years. Self Attested audited balance sheet should be provided.

5. The bidder should furnish signed declaration indicating that they have carefully read the terms and conditions of the Tender and accepted all the provisions of the Tender document as in Annexure-I.

6. The bidder should provide duly signed declaration indicating that they have not been blacklisted by the Ministry/Department/Organisation of the Central Government/State Government or any Public Sector Undertaking for the last five years and there is no litigation with any Government Department on account of similar services.

7. The tenderer/bidders are required to enclose attested photocopies of the documents listed below in this tender document, along with the “Technical Bid”, failing which the bids shall be summarily/out rightly rejected and will not be considered any further.

DOCUMENTS TO BE SUBMITTED ALONGWITH THE TECHNICAL BID

a. Registration Certificate under Indian Companies Act, 1956 or Parternership firm registered under Indian Partnership Act or Proprietary concern. Self attested documentary proof should be provided.

b. Valid electrical license from the competent authority

c. Copy of PAN, TIN/VAT number

d. Copy of the Service Tax Registration certificate

e. Copies of the order for similar work executed

f. Copy of the Turnover Statement for the last two years duly certified by Chartered Accountant.

g. Proposed make and specification of schedule requirement mentioned above along with relevant OEM datasheets.

III. AWARD OF BIDDERS

Financial Evaluation Criteria

1. The Financial Bid of only those bidders/tenderers will be opened whose Technical Bid are found in order. The Financial Bid shall be opened at later stage. The Scheduled time and venue etc will be communicated to only those bidder/tenderers whose technical bids are found in order.

2. The evaluation of Technical bid will be done by considering the parameters listed in the proforma for technical bid.

3. After evaluation of Technical bids the financial bids of only Technically Qualified Bidders will be opened.

4. L1 may be selected on the basis of lowest quote in the Grand Total under commercial offer as per price schedule.

5. In case of two bidders offered the same percentage of service charges, then the bidder having highest turnover will be considered as L1.

6. The rates in the financial bid should be strictly as per Annexure-II.

Page 8: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 8 of 14

IV. VALIDITY OF QUOTATION:

Bid validity should be 90 days from the specified date of closing.

V. BID CURRENCIES:

1. Prices shall be quoted in Indian Rupees (INR).

2. The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. VAT/Sales Tax, Service Tax, Labour, Transportation, any incidental services etc on company’s Letter Head. However detailed break up of all components need to be specified as per the price schedule format.

VI. BID SECURITY (EMD) /SECURITY DEPOSIT/PERFORMANCE GUARANTEE

1. EMD amount of Rs.10,000/- only (Rupees Ten Thousands only) through NEFT/RTGS in favour of “Software Technology Parks of India” payable at Bhubaneswar from any commercial Bank should be submitted, except those who are registered with the Central Purchase Organisation, National Small Industries Corporation (NSIC) or the concerned Ministry or Department along with “Technical Bid” & adjusted in the Security Deposit/Performance Based Guarantee of successful bidder, when require. NEFT/RTGS payment made should be on/after published date of tender and bears no interest. Copy of UTR should be submitted with technical bid.

2. EMD of unsuccessful bidders will be refund after finalization of bids.

3. Successful bidder has to submit Performance Guarantee (PG)/Security Money equivalent 10% of the amount of total value of quoted by Successful bidder in form of bank guarantee drawn on any nationalize bank in Patna in the name of Agency but hypothecated to the Director, STPI, and Patna valid upto 3 months after expiry of warranty period, within two week after issuance of work order. In case of non submission of Performance Bank Guarantee/ Security money within stipulated time period, 10% of the total value of quoted by Successful bidder will be kept as performance guarantee (PG)/Security Money for 2 years from the date of installation & testing/commissioning.The same will be returned after the completion of warranty without interest.

4. The EMD of successful bidder will be returned only after deposit of performance security money/PG.

VII. FORFEITURE OF EMD /SECURITY DEPOSIT/PERFORMANCE GUARANTEE

1. If the successful bidder/agency refuse/fails to accept LOI/Work Order issued by STPI or the work assigned to the agency/bidder are not done as per the scope of work/schedule of requirement, EMD/Security Deposit will be forfeited and the bidder will not be entertained in future tendering systems of STPI.

2. If the Bidder withdraws tender before/after finalization of the tender, EMD will be forfeited.

3. If the contract is terminated by STPI due to poor performance/violation of any clause of agreement or any bad act of selected bidder, security deposit/PG will be forfeited.

4. In case of unreasonable price quoted by the bidder for disrupt the tender process EMD of such bidder will be forfeited.

5. In case the successful agency fails to enter into the agreement with STPI within the specified date mentioned in the letter of Intent/work order, the EMD deposited by such Agency shall stand forfeited without giving any further notice.

Page 9: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 9 of 14

VIII. REJECTION OF THE BID

1. The bidder is expected to examine all instructions, formats, terms & conditions, and scope of work in the bid document. Failure to furnish complete information or false information/documents which is not substantially responsive to the bid document in all respect shall result in rejection of bid.

2. In respect of interpretation/clarification of this bid document and in respect of any matter relating to this bid document, the decision of STPI-Ranchi shall be final.

3. The bidder will have to furnish the requisite document as specified in the bid document, failing which the bid is liable to be rejected.

4. No prices are to be indicated in the Technical Bid and if the prices are mentioned in the “Technical Bid” it may lead to rejection of the bid.

5. Bids not submitted as per two bid system will be summarily rejected.

6. Bids without paper cost & EMD money will be summarily rejected

7. The bids received after specified date & time shall not be considered.

8. The bids received through Fax/-email or any other mode other then specified in the tender document shall not be considered.

9. Conditional bids shall not be considered and will be out rightly rejected on very first instance.

IX. SERVICE DELIVERY

Service delivery shall be within 1-2 weeks from the date of PO/Contract. If the Service Conditions as per the Contract are not met, the vendor will be blacklisted and they will not be considered for any future proposals.

X. GUARANTEE/WARRANTY:

The Successful bidder shall guarantee on the Supply, for a period of 24 months from the date of delivery of goods.

XI. PAYMENT TERMS

1. Payment will be paid to the vendor after successful delivery, installation & testing/commissioning of the supplied material at STPI-Ranchi. In case of non submission of Performance Bank Guarantee/ Security money within stipulated time period, 10% of the payment will be kept as performance guarantee (PG)/Security Money for 2 years from the date of installation & testing/commissioning and shall be paid to the vendor after expiry of warranty period.

2. The payment shall be made after submission of tax invoice in triplicate in the name of “The Director, Software Technology Park of India, Bhubaneswar” subjected to satisfactory installation & commissioning report by duly signed by concerned officer and will be released through NEFT/RTGS after deducting TDS / other applicable taxes as per govt. norms.

XII. LIQUIDITY DAMAGES

1. Delivery of services shall be made by the vendor in accordance with the time schedule

specified by STPI.

Page 10: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 10 of 14

2. The Vendor will strictly adhere to the time-schedule for the performance of Work. However, STPI may relax this time limit in force majeure conditions.

3. In case of delay in completion the work within the implementation timelines fixed under contract for reasons attributable to the Vendor, then STPI shall levy penalty @ 1% per week with a maximum limit of 10% of the contract value or PBG may be forfeited.

4. In case the vendor is not being adhered to the time schedule fixed under contract, STPI has the right to cancel the Contract wholly or in part without any liability to cancellation charges and procure the Goods and Services elsewhere and in a manner decided by the client. In such case the successful Bidder shall pay the difference of the cost of Goods and Services procured elsewhere and price set forth in the Contract Agreement with the successful Bidder/ Contractor.

XIII. CLARIFICATION OF BIDS

To assist in the examination, evaluation and comparison of bids, STPI may, at its discretion ask the bidder for any clarification(s) of its bid. The request for clarification and the response shall be by email and no change in and no change in the price substance of the bid shall be sought, offers or permitted. However no post bid clarification at the initiative of the bidder shall b e entertained.

XIV. CANCELLATION BY DEFAULT

STPI Ranchi may, without prejudice to any other remedy for breach of work order, by written notice of default sent to bidder, cancel the work order in whole or part:

I. If the Bidder/agency fails to provide services within the time period specified in the work order. II. If the Bidder/agency fails to perform any other obligations under the work order.

XV. BLACKLISTING

Company/Firm blacklisted by Govt./PSU/Corporate organization are not eligible to participate in the bidding process. If at any stage of bidding process or during the currency of work order, such information comes to the knowledge of STPI, STPI shall have right to reject the bid or cancel the work order, as the case may be, without any compensation to the bidder. The bidders have to be submitted an under taking for not being black listed since last 3 years by any Govt./PSU/Corporate organization.

XVI. ARBITRATION

All disputes or difference whatsoever arising between the parties out of or relating to the meaning and operation or effect of the work order or the breach thereof shall be settled by reference to arbitration as per Indian Arbitration Act. In such case the same shall be referred to the sole arbitration of Director, STPI- Ranchi.

XVII. FORCE MAJEURE

If, at any time, during the continuance of the agreement, the performance in whole or in any part by either party of obligation under the agreement shall be prevented or delayed by reasons of any war, hostile acts of the enemy, civil commotion, subrogate, fire, floods, earthquakes, explosions, epidemics, strikes and quarantine restrictions by acts of God,(herein after referred to as eventualities) then provided notice of the happening of any such eventualities is given by either party to the other within two days from the date of occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any claim of damages against the other in respect of such non performance or delay in performance. Performance of the contract agreement shall, however be resumed as soon as practicable after such eventuality has come to an end.

Page 11: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 11 of 14

ANNEXURE-I

TECHNICAL BID DOCUMENT

1

Name of Agency/Firm

2

Profile of the Agency/Firm

3

Name of Proprietor/Director of the Agency

4 Full address of Registered Office

Telephone No.

Fax No.

Mobile No.

(d) E-mail address

5.

Correspondence address of office

6

Full address of Branch Offices

Telephone No. Fax No. Mobile No. E-mail address

7 Valid Electrical Licence No.

8

Registration No. of the Agency

9

Bank Details for NEFT/RTGS

Name of the Bank

Branch Code

Account Holder(s) Name

Address

Branch MICR NO.

Bank Account Number

IFS Code

Account Type

10 PAN No. of the agency (Attach attested copy of PAN Card of the Agency)

11 Service Tax Registration No. (Attach attested copy

Page 12: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 12 of 14

of the Registration Certificate)

12 TIN/VAT No. of the agency (Attach attested copy of TIN/VAT registration of the Agency)

13

Financial turnover of the agency for last two years (Copy of the IT returns filed during 2014-15 & 2015-16 and copy of the Turnover statement duly certified by the Chartered Accountant to be attached)

Financial Year Amount (Rs.lacs)

Remarks, if any

2013-14

2014-15

14 Details of similar electrical work done for Central Government/State Government/PSU/Reputed Private Firms by the tendering agency/ during the last two years (in the following format (attested copies of the last two years work award may be enclosed).

SN Details of client along with address telephone and Fax No. & Email address

Amount of Contract (Rs.lacs)

Duration of Contract Nature of Contract / Type of work From To

1

2

3

(If the space provided is insufficient, a separate sheet may be attached).

DECLARATION I…………………………. son/daughter/wife of Shri/Smt.……………………………… Proprietor/Director/authorized signatory of the agency mentioned above is competent to sign this declaration and execute this tender document.

I have carefully read and understood all the terms and conditions laid down in the tender and undertake to abide by them.

The information/documents furnished along with the above bid/application are true and authentic to the best of my knowledge and belief. I hereby declare that my company / LLP / Partnersip / Society / Proprietorship has not been debarred / blacklisted by any Government / Semi-Government organizations/ PSUs. I am well aware of the fact that furnishing of any false information/fabricated document would lead to rejection of my tender/bid at any stage besides liabilities towards prosecution under appropriate law.

(Signature of the authorized person) Name………………………………….. Date………………………………….... Place………………….……………….

Office Seal

Page 13: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 13 of 14

ANNEXURE-II FINANCIAL BID DOCUMENT

SN Particular with Description Make/Model Unit Price

in Rs. Qty Taxes(if any),

Please specify Tax Type & %

Total Price in Rs. Including

Tax

1

Supply of 1.1KVA 3.5 core 300 Sq. mm. PVC insulated Armoured Aluminium Cable

130mtrs

2 Earthing 4 Nos.

3 Copper strip 50/5 for earthing 25 Kg.

4 GI strip 25/5 for earthing 20 Kg.

5 Thumble 300 Sq. mm. 12 Nos.

6 Thumble 150 Sq. mm. 04 Nos.

7 SS Gland Single Compressor 4 Nos.

8 Horn Pipe cement Size – 6” 300 ft.

9

Change over switch 400Amp, 4 Pole, Make L&T

1 No.

10 MCCB 630A 4 Pole Huger 1 No.

11 Motorized Change Over 630A Huger

1 No.

12 VIF Meter 1 No.

13 Copper Bus Bar 1 Set

14 1 HP Motor Starter (Water Pump)

1 No.

15 Soil digging Charges 300 ft.

16 Cable laying Charges 390 ft.

17 Panel connection & other Installation charges

Lump Sump

18 Total Rs. i.e. (Sum of 1 to 17)

GRAND TOTAL IN WORDS:

NOTE:-

1. Please indicate pro rata break up details of all identifiable items of supply of stores cost in pro forma as noted above. Payment will be made considering the unit price as per actual supply and installation, which may vary as per actual requirement.

2. The statutory charges like Excise Duty, VAT/Sale Tax, Service Tax, Entry Tax, etc must be

indicated with % rates as applicable in column above, failing which STPI will not be liable for payment of any such charges.

__________________________________ Signature & Seal of the Bidder with date.

Page 14: SHORT TENDER DOCUMENT - Software Technology … · 5 Thumble 300 Sq. mm. 12 Nos. 6 Thumble 150 Sq. mm. 04 Nos. 7 SS Gland ... Cable by using RCC/Brick troughs of suitable size to

Software Technology Parks of India – Patna

Tender number: 122/09(49)1500/STPI-BH/2016

Signature of the bidder with seal Page 14 of 14

ANNEXURE-III

BANK GUARANTEE FORMAT

In consideration of Software Technology parks of India (STPI), Patna (hereinafter called “STPI”) having agreed to exempt M/s. <Name of Contractor> having its registered office at <Registered address of the Contractor> (hereinafter called “Contractor“) from the demand under the terms and conditions of the award/contract No. ……………………….. dated ……………… for the supply , installation & commissioning of various electrical work at STPI Patna (Hereinafter called “the agreement”) of Performance Security for the due fulfillment by the said Contractor of the terms and conditions contained in the said agreement, on production of a Bank Guarantee for INR <amount of Performance bank guarantee in figure> (Amount of Performance Bank Guarantee in Words).

2. We ,<Name of the Bank> a Banking company incorporated under the Companies Act, 1956 and carrying on Banking Business under „The Banking Regulation Act,1949‟ and having its Registered Office at <complete Address> and its Corporate office at <complete Address> and one of its branch Office at <complete Address> (hereinafter called “the Bank”) at the request of , hereby guarantee payment to the STPI an amount note exceeding INR <amount of Performance bank guarantee in figure> (Amount of Performance Bank Guarantee in Words) against any loss or damage caused to or suffered or would be caused to or suffered by the STPI, by reason of any breach by the said Contractor of any of the term or conditions contained in the said Agreement.

3. We, <Name and Complete Address of Branch>, do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the STPI, stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the STPI by reason of breach by the said Contractor, of any of the terms and conditions mentioned in the said Agreement or by reason of the Contractor‟s failure to perform the said Agreement. Any such demand raised by the STPI on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our labiality under this guarantee shall be restricted to the amount not exceeding INR <amount of Performance bank guarantee in figure> (Amount of Performance Bank Guarantee in Words).

4. We undertake to pay to the STPI, any money so demanded not exceeding INR <amount of Performance bank guarantee in figure> (Amount of Performance Bank Guarantee in Words) on demand notwithstanding any dispute or disputes raised by the Contractor in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our labiality for payment there under and the Contractor shall have no claim against us for making such payment.

5. We,<Name of bank> , further agree that the guarantee herein contained shall remain in full force and in effect during the period that would be taken for the performance of the said Agreement plus three months and that it shall continue to be enforceable till all the dues of the STPI under or by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till the STPI certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor and accordingly discharges this guarantee unless a demand or claims under this guarantee is made on us in writing on or before <Expiry Date> , we shall be discharged from all liability under this guarantee thereafter.

6. We, ,<Name of bank> , further agree with the STPI that the STPI shall have the fullest liberty, without our consent and without

affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the STPI against the said Contractor and to forebear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance, act or omission on the part of the STPI or any indulgence by the STPI to the said Contractor or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor.

8. We, <Name of bank> , lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the STPI in writing.

9. Notwithstanding anything contained herein above:

9.1. Our liability under this Bank guarantee shall not exceed INR <amount of Performance bank guarantee in figure> (Amount of Performance Bank Guarantee in Words). 9.2. This Bank Guarantee shall be valid up to <Expiry Date>. 9.3. We are liable to pay the guarantee amount or any part thereof under this Bank guarantee only and only if you serve upon us a written claim or demand before expiry date of this Guarantee. 9.4. After the expiry date is over, the Bank (guarantor) shall stand discharged from all its liabilities under this Bank guarantee and all your rights under this Bank guarantee extinguished irrespective of the fact weather the Bank guarantee in original is returned back to us or not.

For (Name and complete Address of Bank)