नवद स चन स टव यर ट न ल ज प कस ऑफ़ इ डय च नई

Similar documents
न वद स चन स टव यर ट न ल ज प क स ऑफ़ इ डय च नई

नवद स चन स टव यर ट न ल ज प कस ऑफ़ इ डय च नई

नवद स चन. एसट(प आई- च नई I नवद द<त व ज Lदन क स तक, क य LदवसG म?, a.m. स 4.00 p.m. क

तक, क य दवस म, a.m. स 4.00 p.m. क ब च, ऊपर उ लखत पत स त कय ज सकत ह I नवद त त करन क नयत नयत त रख :

नवद स चन स टव यर ट न ल ज प क स ऑफ़ इ डय च नई. उ fलdखत पत स + Nत >कय ज सकत ह I 'न.वद +7त त करन क3 'नयत 'नयत त रख :

तक, क य KदवसG मL, a.m. स 4.00 p.m. क ब च, ऊपर उ Rल3खत पत स * Jत Sकय ज सकत ह I नवद *<त त करन कA नयत नयत त र(ख :

,, : 3.00 P.M. : उ : , : 3.30 P.M. : उ STPIC/PUR/010/ / उ

SOFTWARE TECHNOLOGY PARKS OF INDIA स फ टव यर ट क न ल ज प र कसस ऑफ़ इ ड य

स फ टव यर ट क न ल ज प र कसस ऑफ़ इ ड य

AMC for Routers & Switches Page 1 of 18

न वद स चन ... OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (E & RSA), GUJARAT, AHMEDABAD TENDER NOTICE

TENDER No: STPIC/Admin/G&P/010/ / 003 Date: 15/09/2009 BID DOCUMENT. Tender for Supply of Radio Modems

न शनल फ टर ल इजसर ल मट ड

Bill No. 23 of 2014 THE CODE OF CRIMINAL PROCEDURE (RAJASTHAN AMENDMENT) BILL, 2014

Bill No. 24 of 2015 THE PRISONS (RAJASTHAN AMENDMENT) BILL, 2015 (To be Introduced in the Rajasthan Legislative Assembly)

Bill No. 14 of 2011 THE RAJASTHAN AGRICULTURAL PRODUCE MARKETS (SECOND AMENDMENT) BILL, 2011 (To be Introduced in the Rajasthan Legislative Assembly)

द रभ ष स ख य : , फ क स : , म :

ह ऊस स व ओ क स चन NOTICE BOARD TENDER (NBT) FOR PROVIDING HOUSEKEEPING SERVICES

TENDER No: STPIC/PUR/010/ /037 Date:

र ष ट र य ब ज न गम ल लमट ड ( भ रत सरक र क उपक रम ) , म क ट य डड, ग ट कड़, प ण

र ष ट र य ब ज न गम ल लमट ड ( भ रत सरक र क उपक रम ) , म क ट य डड, ग ट कड़, प ण

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

vlk/kj.k क रप र ट क य अ धस चन

क न द र य व द य लय स एल आर आई, अड य र, च न द नई Kendriya Vidyalaya, CLRI, Adyar, Chennai ननव द स चन

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

NABARD न वद /क रयर स व / न ब ड उ तर द श य क य लय, लखनऊ व र ज र अन ब ध क स म य शत क रयर स व क लए न वद प ( क ल 14 प ट )

र ष ट र य ब ज न गम न नमट ड क ष त र य क य य : प ण ज ग व, और ग ब द और अमर वत म स थ य पररवह क य ह त न नवद स च

TENDER FOR COMPREHENSIVE AMC FOR LIFTS AT STPI, CHENNAI 3 Nos (For the period of ONE year)

(एस क हत ) क ष त र य प रबन धक

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

TENDER FOR EMPANELMENT OF LOCAL CHEMIST FOR ONCOLOGY DRUGS From: The Dean, ESIC Model Hospital & Medical College, Rajajinagar, Bangalore 10, Karnataka

र ष ट र य ब ज न गम ल लमट ड क ष त र य क य य : प ण और ग ब द म स थ य पररवह क य ह त न ववद स च

TENDER NO.:NRPC/SER/305/01/2017/1 ह त पक व षक रखरख व स वद क न वद

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2 COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

Hkkx 4 ¼d½ jktlfkku fo/kku eamy ds vf/kfu;ea

ह ऊस कप ग स व ओ क लए स चन पट नवद NOTICE BOARD TENDER (NBT) FOR PROVIDING HOUSEKEEPING SERVICES

NIT NO.VSP/HOUSEKEEPING/ /01 Dated : र य इ प त नगम लम ट ड / RASHTRIYA ISPAT NIGAM LIMITED वष खप णम टल ल ट / Visakhapatnam Steel Pla

एसज व एन थमर ल (प र.) ल मट ड

Tender no: SPMU/NRC/CLOTH ENVELOPE FOLDER/283/2016/6 Dated June 9, 2016 TENDER FOR SELECTION OF AGENCY FOR SUPPLY OF CLOTH ENVELOPE DOCUMENT

PROCUREMENT OF PORTLAND POZZOLANA CEMENT (PPC) IN BHEL TOWNSHIP, SECTOR-17, NOIDA.

PROCUREMENT OF ISI MARKED PVC OVERHEAD WATER STORAGE TANKS of 500 Ltr CAPACITY IN BHEL TOWNSHIP, SECTOR-17, NOIDA.

Tender Document. for Annual Rate Contract for the year Tender No. (Please quote as per NIT) Item Name:

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

र ष ट र य ह टल प रबन ध एव क टरर ग तकन ल ज पररषद TENDER FOR PRINTING AND SUPPLYING OF ANSWER BOOKS

ईट ड 15/ ट

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

स.1(स थ पर -अम)/प रश /एन एस स -प ण / द न क : अमर वत म स थ य पररवह ह त न ववद स च

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Procurement of Oil Bound Distemper and Synthetic Enamel Paint in BHEL Township, Sector-17, Noida.

Hkkx 4 ¼d½ jktlfkku fo/kku eamy ds vf/kfu;ea

क न द र य सम र म त स यक अन स ध न स थ न (भ रत य क ष अन स ध न परर द)

National Institute of Fisheries Post Harvest Technology & Training

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Tender. For. Scrub Stations

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

न व द. क र लर प रध न ननद शक ल ख पर क ष (क न द र र ) म ग जर त,अहमद ब द म Inspection Vehicle क

TENDER NO. 28/ NOTICE INVITING TENDER (NIT) FOR PURCHASE OF TECHNICAL SPECIFICATION OF FOURIER TRANSFORM INFRA RED (FTIR) SPECTROPHOTOMETER

LIMITED E-TENDER FOR RE-VALIDATION OF ISO 9001:2015 CERTIFICATE OF ESIC MODEL HOSPITAL, RAMDARBAR, PHASE II, CHANDIGARH.

The Rajasthan Fiscal Responsibilities and Budget Management Act, 2005

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

CENTRAL MARKS DEPARTMENT- 3. Our Ref: CMD-3/16: Subject: Implementation of Amendment 2 to IS (Part 1):2010

MECON LIMITED A Government of India Enterprise

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

TENDER DOCUMENT (STPIN/PUR/QUO/13-14/06 dated 19/08/2013)

RASHTRIYA ISPAT NIGAM LIMITED Visakhapatnam Steel Plant (A Govt of India Enterprise

स थ न य पर वहन क यय ह त लघ ननववद आम त रण स चन फ मड प र प त

1 ESIC MEDICAL COLLEGE & HOSPITAL कर मच र र ज य ब र न गर

INDEX FORM OF TENDER BILL OF QUANTITIES GENERAL CONDITIONS OF CONTRACT APPENDIX TO GENERAL CONDITIONS

No.ADG(E)(SZ)/PUR/15/MEAQ/ Date:

The Rajasthan Special Courts Act, Keyword(s): Special Court, Special Courts Act, Authorized Officer, Declaration, Offence

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

Tender. For. Human Skeleton

The Rajasthan Agricultural Produce Markets (Amendment) Act, 2011

TENDER NOTICE Subject: Disposal of old, obsolete, un-repairable /used (redundant) Office Furniture and other Stores

अस ध रण. EXTRAORDINARY भ ग II खण ड 3 उप- खण ड (ii) ववत त म त र लय (ववत त य स व ए ववभ ग) अधधस चन

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

TENDER No: SPMU/NRC/Print Service/542/2018/ dated March 14, 2018 TENDER FOR MANAGED PRINT SERVICES ISSUED BY

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

BHARAT HEAVY ELECTRICALS LIMITED,

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type.

Hiring of Commercial Vehicle for Official Use at STPI

TENDER DOCUMENT (Part-I)

PEC University of Technology, Chandigarh

BID DOCUMENT. 01. Laptop 03 Rs.2,40,000/- Technical Specification attached with tender as annexure I

Phone: Fax: Principal, ERLC, Bhubaneswar Tender for Providing Security Services

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

CENTRAL MARKS DEPARTMENT-2

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

हहभ चर प रद श क न द र म व श व द म रम

(भ रत सरक र क उपक रम-लम रत क प ) , ब ज भव, म क ट य डड, ग ट कड, प ण द रभ ष स ख य फ क स

र ष ट र य इस प त न गम ल लमट ड RASHTRIYA ISPAT NIGAM LIMITED व श खपट टणम इस प त स य त र VISAKHAPATNAM STEEL PLANT

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Bill No. 39 of 2012 THE RAJASTHAN FOREST (AMENDMENT) BILL, 2012 (To be Introduced in the Rajasthan Legislative Assembly) A Bill further to amend the

न द र य सम र म त स यय अन स ध न स यथ न.

Draft for Advertisement for Tender

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Transcription:

नवद स चन स टव यर ट न ल ज प कस ऑफ़ इ डय च नई I नवद आम ण अधक र, धकरण नद शक, एसटप आई पदन म और पत स य 5, त सर म जल, र ज व ग ध सल ई, त र मण, च नई 600 113. व बस इट: www.chennai.stpi.in II A. उपकरण / क म क न म B. नप दन क थ न एसटप आई-च नई मस ट (वतम न सफ मर) और प ट (स भ वत सफ मर) क RMG(र ग म य गयर) क आप तऔर थ पन एसटप आई, च नई I III नवद दत व ज क उपलधत क जगह और नवद त करन क लए नयत त रख नवद दत व ज, दन क 31.12.2015 स 11.01.2016 तक, क य दवस म, 10.30 a.m. स 4.00 p.m. क ब च, ऊपर उ लखत पत स त कय ज सकत ह I IV नवद त त करन क नयत नयत त रख : 12.01.2016 दन क, समय, और जगह समय : 10.30 A.M. जगह : उपय त त भ एक V नवद ख लन कजगह, नयत त रख : 12.01.2016 दन क,और समय समय : 11.30 A.M. जगह : उपय त त भ एक VI नवद आम ण धक र व र नदट क ई भ अय महवप णम पद ड: 1. नयत त रख और समय क ब द त नवद क सरसर त र पर ख रज कर दय ज एग. एसटप आई-च नई म स ट (वतम न सफ मर) और प ट (स भ वत सफ मर) क RMG(र ग म य गयर) क आप त और थ पन क लए, नवद ए आम त करत ह I ब ल ब लद त व र ब द कय ज न च हए I नवद म नवद स य STPIC/PUR/010/2015-16/032 दन क 30.12.2015 और नवद क न म उपरलखत कय ज न च हए. इस म मल म, फमन सरक र व बस इट य न, www.chennai.stpi.in स नवद दत व ज क ड उनल ड कय ह त, उहयह स न चत करन च हए क अप त नवद श क कस व ण यक बक स आद त क ख त,म डम ड ट क प म, " स टव यर ट न ल ज प कस ऑफ़ इ डय च नई" क प म, उनक नवद क स थ, स लन ह I वफलत क म मल म, नवद अध र म न ज एग और नज़रअ द ज़ कर दय ज एग. ईएमड और नवद श क नद शक एस ट प आई, च नई CT & PT of RMG Page 1 of 13

SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Govt. of India, Ministry of Communications & Information Technology, Department of Electronics & Information Technology) No.5, 3 rd Floor, Rajiv Gandhi Salai, Taramani, Chennai 600 113 Phone No. (044)3910 3525 (Tele Fax). (044)3910 3505 TENDER No: STPIC/PUR/010/2015-16/032 Date: 30.12.2015 Name of the Tender: Tender towards Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) at STPI-Chennai NAME OF THE PARTY: CT & PT of RMG Page 2 of 13

I Tender inviting officer, Authority, Designation and Address II A. Name of the Equipment s/ work: III IV V B. Place of execution Tender documents available place and due date for obtaining tender Due Date, time and place of submission of Tender Place, date and time of Tender Opening TENDER NOTICE Software Technology Parks of India, (STPI) The Director, STPI No.5, 3 rd Floor, Rajiv Gandhi Salai, Taramani, Chennai 600 113. Supply & Installation of CT (current transformer) and PT (potential transformer) of 11KV RMG (Ring Main Gear) at STPI-Chennai STPI-Chennai Tender document can be obtained on all working days between 10.30 AM to 4.00 PM from 31.12.2015 to 11.01.2016 at the address mentioned in column I Due Date : 12.01.2016 Time : 10.30 A.M. Place : At the above mentioned in Column I Due Date : 12.01.2016 Time : 11.30 A.M. Place : At the above mentioned in Column I VI Any other important criteria specified by the tender inviting authority: Tender received after due date and time will be summarily rejected. STPI invites sealed tenders for Supply & Installation of CT (current transformer) and PT (potential transformer) of 11KV RMG (Ring Main Gear) at STPI-Chennai. The bid should be sealed by the bidder and duly super scribed as Tender No: STPIC/PUR/010/2015-16/032, dated 30.12.2015 and name of the tender. Intending eligible bidders may obtain a copy of bid document from STPI, No: 05, 3 rd Floor, Rajiv Gandhi Salai, Taramani, Chennai 600 113 or downloaded the tender documents from the official website i.e. www.chennai.stpi.in. DIRECTOR STPI -Chennai CT & PT of RMG Page 3 of 13

SECTION - I 1. THE ELIGIBILITY CRITERIA: 1.1 Average annual financial turn over during the last 3 year ending 31 st March 2014, should be at least Rs.2.00 lakhs. (i.e, 2012-13, 2013-14 & 2014-15) 1.2 Experience of having successfully completed similar works as on the date of the tender should be either of the following. a) 3 similar completed works costing not less than Rs.1.00 lakhs (OR) b) 2 similar completed works costing not less than Rs.1.25 lakhs (OR) c) 1 similar completed work costing not less than Rs.2.00 lakhs Definition of similar work: Adequate Experience towards Supply & Installation of 11KV RMG with CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) under a single order/contract to any central / State Govt. / PSU / Autonomous bodies / MNC s / IT Parks / SEZ s / Private organizations as on the date of the tender. Documentary proof for the above shall be produced along with the offer, failure of which the tender will be rejected. 2. TENDERING PROCESS: 2.1 The tenders are invited on a two bid system i.e. qualifying bid and then the financial bid: a) The tender form for Technical bids prescribed at Annexure I (Attached) complete in all respect should be submitted in sealed cover super scribed Technical Bid Tender for Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) at STPI-Chennai. b) The tender form for Financial bids prescribed at Annexure II (Attached) complete in all respect should be submitted in sealed cover super scribed Financial Bid Tender for Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) at STPI-Chennai. c) The above two sealed covers should be put together in another big cover/envelope which should be sealed with wax sealed. The cover shall be and super scribed as Tender No:STPIC/PUR/010/2015-16/032, dated: 30.12.2015 & Name of Tender Tender for Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) at STPI-Chennai and addressed to The Director, Software Technology Parks of India No: 05, Third Floor, Rajiv Gandhi Salai, Taramani, Chennai 600 113 Further the sentence NOT TO BE OPENED before due date and time of tender opening, should also to be indicated on this envelope. d) If the outer big envelope is not sealed and marked properly as above, STPI will not take any responsibility for its misplacement, premature opening etc. The Envelope should be dropped in the Tender Box of the STPI at Reception in the above address latest by 10.30 A.M. on 12.01.2016. CT & PT of RMG Page 4 of 13

2.2 Contents of Technical Bid: The bidder in this regard should submit the following documents in the Technical Bid. a) Financial status: - The annual turnover of the bidder for the last three years. (Copies of Profit & Loss A/c and Balance Sheet (OR) CA certificate should be enclosed). b) Copies of documentary evidence of experience having successfully completed or executed similar works as on the date of the tender as mentioned in the Eligibility criteria (Orders/agreements/completion certificates should be enclosed). g) Copies of the following documents to be enclosed: 1. Copy of PAN Card, 2. Copy of TIN/VAT/Service tax registration certificate, 3. Copy of Registration / Incorporation of the firm / Company, h) Complete set of tender documents duly self attested. i) Any other related documents, 2.3 Contents of financial bid: The financial bid shall contain the financial details of the tender as per the format Annexure II SECTION- II INSTRUCTIONS TO BIDDERS 1. INTRODUCTION 1.1 Definitions: (a) STPI means the STPI, Chennai. (b) (c) (d) (e) Bidder means any registered entity engaging in business such as a proprietorship, partnership, private concern or corporation who participates in this tender and submits its bid. Contractor means any registered entity engaging in business such as a proprietorship, partnership, private concern or corporation who supplying the goods under the contract. Supply & Installation means standards of work mentioned in Section IV, which the Supplier is required to take during the contract period. Price means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations. The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect, will be at the bidder's risk, and may result in rejection of the bid. 1.2 CLARIFICATION OF BID DOCUMENTS BY THE CONTRACTOR: A prospective bidder, requiring any clarification of the Bid Documents shall notify STPI in writing or by Fax at STPI's mailing address indicated in the Invitation for Bids. The clarification will be accepted before 5 (five) days of the due date of tender. The reply will be hosted in STPI official website and also communicated to respective bidders. 2. PREPARATION OF BIDS 2.1 DOCUMENTS COMPRISING THE BID: a) Clause by Clause compliance demonstrating substantive responsiveness to the financial condition by signing and stamping on all the pages of the original bid document No.STPIC/PUR/010/2015-16/032 (Containing 13 pages) by authorized person (s), CT & PT of RMG Page 5 of 13

b) The financial bid shall contain blank price schedule in which the values will be filled in the appropriate columns. c) The contractor shall submit his tender only after carefully examining the whole of the tender documents and the conditions of tender and of contract, scope of work etc. d) Conditional bids will not be accepted. e) Price indicated in the tender is firm and no increase in the price is allowed. f) More than one bid will not be accepted form one bidder g) All the documents submitted (whether original or photocopy) in the bid must be legible & self attested. 2.2 SITE VISIT or EQUIPMENT CHECKUP: a) Bidders are advised to inspect, examine the site/equipment and its surrounding and satisfy themselves before submitting their tenders. A tenderer shall be deemed to have full knowledge of the site/equipment whether he inspects it or not and no extra charges consequent on misunderstanding or otherwise shall be allowed. For inspection, please contact the STPI-Chennai office @ Tel: 044-39103513. b) Proponents shall at all times be accompanied by an employee of STPI or other designated representative when undertaking site visits on all working days between 10.00 a.m. to 05.00 p.m. 3. BID PRICES: a) The bidder shall give the total composite price inclusive of all levies and taxes as applicable from time to time. The basic unit price and all other components of the price need to be individually indicated against the Price Schedule given in financial bid. The offer shall be in Indian Rupees only. No foreign exchange will be made available by STPI. b) Rates shall be quoted in words and figures. The amount to be worked out to whole number. c) Prices indicated on the Price Schedule shall be entered in the following manner: (i) The price of the items shall be quoted total price (inclusive of all taxes and levies, transports, insurance etc) item wise. The rate of Excise duty/service Tax/VAT, should be clearly indicated in the tender, if it s not mentioned, it shall be treated as inclusive. (ii) The bidder shall quote only one price for each item. The price indicated by the bidder is firm and no modification in the price will be accepted. 4. PERIOD OF VALIDITY OF BIDS: a) Bid shall remain valid for 120 days after the date of bid opening prescribed by STPI. b) In exceptional circumstances, STPI may request the bidder's consent for an extension to the period of bid validity. The request and the responses there to, shall be made in writing. A bidder accepting the request and granting extension will not be permitted to modify his bid. 5. FORMATS AND SIGNING OF BID: a) All pages of the Technical bid and financial bid, except for un-amended printed literatures, shall be signed by the person or persons signing the bid. The bids submitted shall be sealed properly. CT & PT of RMG Page 6 of 13

b) The bid shall contain no insertions, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. 6. LATE BIDS: Any bid received by STPI after the due date & time for submission of bids prescribed by STPI shall be rejected and returned unopened to the bidder. 7. OPENING OF BIDS BY STPI: a) STPI shall open bids in the presence of bidders or their authorized representatives who chose to attend, at 11.30 A.M. on due date. The bidder s representatives, who are present, shall sign in the register. Business card/authority letter shall be submitted by the bidders before they are allowed to participate in bid opening. b) A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening. c) The date fixed for opening of bids, if subsequently declared as holiday by the STPI- Chennai, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day, time and venue remaining unaltered. d) The Two bid tendering process comprise the following, (i) The technical bids will be opened in the first stage, at 11.30 A.M. on 12.01.2016 and the same will be scrutinized and evaluated by the competent committee/authority with reference to parameters prescribed in the tender documents and the offers received from the tenderers. (ii) In the second stage, the financial bids of only the technically accepted offers (as decided in the first stage above) will be opened for further scrutiny, evaluation, ranking and placement of contract. The financial bids of the eligible bidders will be opened only after intimating the date and time to bidder through mail/fax, etc. 8. CLARIFICATION OF BID DOCUMENTS BY STPI: To assist in the examination, evaluation and comparison of bids STPI may, at its discretion ask the bidder for the clarification of its bid. The request for clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained after opening of the tender. 9. TENDER EVALUATION: a) STPI shall evaluate the bids to determine whether they are complete, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. b) Tender committee will scrutinize the bids based on the eligibility criteria and technical specification compliance. The technically qualified bidders only will be called for financial bid opening. c) Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by STPI. If there is a discrepancy between words and figures, the amount in words shall prevail. If the Contractor does not accept the correction of the errors, his bid shall be rejected. CT & PT of RMG Page 7 of 13

d) The evaluation and comparison of responsive bids shall be done on the price of the goods/services offered inclusive of all Levies & Taxes as indicated in the Price Schedule of the Bid Document. e) The STPI may waive any minor non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. 10. CONTACTING STPI: a) No bidder shall try to influence STPI on any matter relating to its bid, from the time of tendering till the time the contract is awarded. b) Any effort by a bidder to influence STPI in STPI's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid. 11. STPI'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: STPI reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the bidder. STPI reserves the right to receive and, if it thinks fit, to consider and accept a noncomplaint proposal. The acceptance or rejection of a non-complaint proposal is entirely a matter for STPI in its absolute discretion. Any deviations / irrelevant specifications in this tender will not be accepted. Final decision of accepting or rejecting any/all bid(s) will be at the discretion of STPI. 12. PLACEMENT OF ORDER: STPI shall consider placement of order on the bidder whose offer has been found technically and financially acceptable for both the Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear). 13. ANNULMENT OF AWARD: a) STPI reserves the right to terminate the contract with two months notice if, the services are found dissatisfactory or in case of violation of the terms and conditions of the contract or non-fulfillment of the statutory requirement. b) STPI reserves the right to disqualify the Contractor for a suitable period who habitually failed to supply & deliver the items. STPI reserves the right to blacklist a bidder for a suitable period in case he fails to honour his bid without sufficient reasonable grounds. 14. ARBITRATION : If, a dispute arises out of or in connection with this contract, or in respect of any defined legal relationship associated therewith or derived there from, the parties agree to submit that dispute to arbitration under the ICADR arbitration rule, 1996.The venue of the arbitration shall be at Chennai. The language of the arbitration proceedings shall be in English. The authority to appoint the Arbitrator(s) shall be the International Centre for Alternative Dispute Resolution (ICADR). The International Centre for Alternative Dispute Resolution will provide administrative services in accordance with the ICADR Arbitration Rules, 1996. CT & PT of RMG Page 8 of 13

SECTION III CONDITIONS TO THE BIDDERS 1. Delivery/Execution of order: a) Supply & Installation: The supply and installation very will be made by the Supplier in accordance with the terms specified in the tender by the STPI. The delivery towards Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) should be completed within 30 days from the date of Purchase order. If the supply and installation is delayed due to any unforeseen circumstances, the bidder may obtain approval for extension of time for completion of work. b) The items will be delivered at Software Technology Parks of India, No.5, Rajiv Gandhi Salai, Taramani, Chennai 600 113. 2. WARRANTY PERIOD: One Year. 3. INSPECTION, TESTING, ACCEPTANCE : All equipment upon delivery is subjected to inspection and testing for compliance of the specification of the tender. The items not accepted during inspection / testing will be rejected. Where ever necessary, the vendor will be required to render suitable support for testing. 4. INSURANCE: The items supplied under the contract, shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage (Including in STPI premises) and delivery in the manner specified in the contract after the validity of 15 days from the date of installation. If considered necessary, the insurance may be done for coverage on all risks basis including war risks and strike clauses. The amount to be covered under insurance should be sufficient to take care of the over all expenditure to be incurred by the STPI for receiving the goods at the destination. 5. PAYMENT TERMS: a) 95% Payment shall be made on order value of Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) after 15 days from the date of completion of Installation and 5% will be made ONLY after the expiry of warranty period. The following documents are to be submitted by the supplier to the paying authority for claiming this payment: 1. Supplier s Invoice indicating, inter alia description and specification of the goods, quantity, unit price, total value, 2. Packing list, Delivery Challan / Bills in duly pre-receipted, 3. Transit Insurance, 4. Railway receipt/consignment note, 5. Manufacturer s guarantee certificate, 6. Inspection certificate issued by STPI s inspector, b) No advance payment will be made by the STPI. Income tax as applicable will be deducted at the prevailing rate. No payment will be made for the items rejected at the site on testing. CT & PT of RMG Page 9 of 13

6. SECURITY DEPOSIT / RETENTION MONEY: The successful bidder shall deposit 5% of the order / contract value towards security deposit in the form of Demand Draft drawn in favour of Software Technology Parks of India payable at Chennai. The Security Deposit along with retention amount shall be released after the expiry of the warranty period. The security deposit or retention money will bear no interest whatsoever. 7. LIQUIDITY DAMAGES: Purchases/Contracts are subjected to Liquidity Damages. Deviation in any of the terms of the PO with due acceptance from STPI will not attract any liquidity damages. The following liquidity damages are levied if there is a delay in the delivery schedule defined in the Purchase Order: a) Up to one week from scheduled delivery - 0.5% of order value b) Every successive weeks - 0.5% of order value c) Maximum - 10% of order value The Decision of STPI will be final and binding. 8. SCOPE: The scope covers Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) at STPI-Chennai. The details of the same are given in Section IV. The supply & installation should be executed in coordination with other agencies that the STPI may employ to carry out items of work not covered in this tender. 9. FORCE MAJEURE: If, at any time, during the continuance of this Purchase, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the STPI as to whether the deliveries have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract. 10. TERMINATION FOR DEFAULT: The STPI may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the supplier, terminate this contract in whole or in part. 11. TERMINATION FOR INSOLVENCY: The STPI may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the supplier. If the supplier becomes bankrupt or CT & PT of RMG Page 10 of 13

otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the STPI. SECTION IV 1. SPECIFICATIONS / SCOPE OF WORK: Supply & Installation of CT (current transformer) and PT (potential transformer) of RMG (Ring Main Gear) at STPI-Chennai. Detailed specifications for CT & PT Transformers is given below: S.No. Description Specification Qutantity 1. 11Kv indoor CT 100-50/5-5A 0.2s/5VA,5p20/15VA 3 Nos. 2. 11KV indoor 3Ph PT 11000/110V,50VA/0.2 1 No. Installation charges to be mentioned separately. Items may be supplied with the relevant manuals and instructions and Guarantee/warranty etc. 2. SPECIAL CONDITIONS: It is the responsibility of the bidder to obtain all the approval from TANGEDCO upto restoration of power. Restoration of power includes co-ordination with different agencies of TANGEDCO viz MRT, O&M (Operation & Maintenance) & Special Maintenance and other agencies if any. CT & PT of RMG Page 11 of 13

ANNEXURE - I 2. TECHNICAL BID: (Self attested copies of the documents to be submitted) a) Turnover for last three years. (Copies of P & L A/c and balance sheet or CA certificate to be enclosed) Financial Year Turn over Proof submitted 2012-13 Yes / No 2013-14 Yes / No 2014-15 Yes / No b) Proof of similar work as per the eligibility criteria. Copies of work order /agreements/ work completion certificate to be submitted. Name of the client with Contract Proof Sl. No. Period the address and contact Value submitted number 1) Yes / No 2) Yes / No 3) Yes / No c) If it is noticed that any client did not find the work carried out satisfactory, the tenders of such bidders will be treated as invalid, d) The firm must register the following: Sl. No. Particulars Reg. No & date Proof submitted Mention the registration numbers of: 1 Certificate of Reg. No Yes / No. 2 Service Tax / Sales Tax / TIN / VST Regn. No. Yes / No. 3 PAN No Yes / No. e) Full set of tender documents self attested, I certify that all the terms and conditions of the tender documents are acceptable to us. Date : Place : Name : Designation : Company Seal : Signature of the authorized person CT & PT of RMG Page 12 of 13

3. FINANCIAL BID: a) Name, Address & Contact No. of the Company: ANNEXURE - II b) Rate shall include cost of transportation and other overheads etc. S.No Items Qty Unit Price in Rs. 1. 11Kv indoor CT 100-50/5-5A 3 Nos. Amount in Rs. 2. 11KV indoor 3Ph PT 1 No. 3. Installation / Delivery Charges 4. Service Taxes (mention the % also) 5. Total Value for A (Rupees Only) WARRANTY TERMS: I certify that all the terms and conditions of the tender documents are acceptable to us. Date : Place: Signature of the authorized person Name: Designation: Company Seal: CT & PT of RMG Page 13 of 13