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

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 स टव यर ट न ल ज प कस ऑफ़ इ डय च नई

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 :

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

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 :

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 :

AMC for Routers & Switches Page 1 of 18

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

स फ टव यर ट क न ल ज प र कसस ऑफ़ इ ड य

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

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

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

PEC University of Technology, Chandigarh

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

न शनल फ टर ल इजसर ल मट ड

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

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

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

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

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

द रभ ष स ख य : , फ क स : , म :

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

Hiring of Commercial Vehicle for Official Use at STPI

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

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

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

5.1 LETTER OF ACCEPTANCE

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

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)

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

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

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

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

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

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

BHARAT HEAVY ELECTRICALS LIMITED,

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

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

National Institute of Fisheries Post Harvest Technology & Training

COMMERCIAL TERMS AND CONDITIONS

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

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

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

The last date for submission of the bids is at

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

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

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

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

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 )

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

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

Notice for inviting E-Tender for hiring of vehicles

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

MECON LIMITED A Government of India Enterprise

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

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

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

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

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

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

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

(एस क हत ) क ष त र य प रबन धक

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

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

The tender document may be download from the website,www,cdac.in/

NOTICE INVITING e-tender

Notice for inviting Tender for hiring of vehicle

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

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

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

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

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

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

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

PUNJAB TECHNICAL UNIVERSITY,

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

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

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Standard Bid Document

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF AIRCONDITIONERS & WATER COOLERS IN PARYAVARAN BHAWAN CGO Complex, New Delhi

LOK SABHA SECRETARIAT General Procurement Branch

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

Tender Reference no. : JLNMCH./DRUG/RC/2017 Dated: Date of Commencement of Sale of Tender. 15 th Sept Superintendent Chamber 11 am

Tender No. STPIN/PUR/QUO/11-12/09 Dated 10/03/2012

NOTICE INVITING TENDER

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

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

Transcription:

नवद स चन I नवद आम #ण अ&धक र(, * &धकरण स टव यर ट न ल ज प कस ऑफ़ इ डय च नई नद शक, एसट(प आई पदन म और पत स /य 5, त सर( म जल, र ज व ग ध सल ई, II III A. उपकरण / क म क न म B. न;प दन क <थ न नवद द<त व जG कH उपलIधत कH जगह और नवद * Kत करन क Aलए नयत त र म3ण, च नई 600 113. व बस इट: www.chennai.stpi.in एसट(प आई-च नई म? ए स स क @ ल Aस<टम क Aलए Bय पक व षक रखरख व अन ब ध एसट(प आई- च नई I नवद द<त व ज Lदन क 13.07.2016 स 03.08.2016 तक, क य LदवसG म?, 10.30 a.m. स 4.00 p.m. क IV V त र(ख ब च, ऊपर उ Nल3खत पत स * Kत Oकय ज सकत ह I नवद त त करन क नयत नयत त रख : 03.08.2016 दन क, समय, और जगह समय : 05.00 P.M. जगह : उपय त <त भ एक नवद ख लन क जगह, नयत त रख : 04.08.2016 दन क,और समय समय : 11.30 A.M. जगह : उपय त <त भ एक VI नवद आम #ण * &धक र( Sव र नLद;ट क ई भ अय महTवप ण म पद ड: 1. नयत त र(ख और समय क ब द * Kत नवद क सरसर( त र पर ख Xरज कर Lदय ज एग. एसट(प आई एसट(प आई-च नई म? ए स स क @ ल Aस<टम क Aलए Bय पक व षक रखरख व अन ब ध क Aलए म हरब द नवद ए आम Y#त Oकय ज त ह ब ल( ब ल(द त Sव र ब द Oकय ज न च Lहए नवद म? नवद स /य STPIC/PUR/010/2016-17/010 Lदन क 13.07.2016 और नवद क न म उपXरAल3खत Oकय ज न च Lहए इ[छ क उपय त ब ल(द त, ब ल( द<त व ज़ कH एक *तAलप, एसट(प आई, 5, त सर( म जल, र ज व ग ध सल ई, त र म3ण, च नई 600 113 स * Kत कर सकत ह^ नद शक एस ट( प आई, च नई CAMC for Access Control System Page 1 of 17

SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Govt. of India, Ministry of Communications & Information Technology, Department of Electronics and 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/010/2016-17/010 Date: 13.07.2016 Name of the Tender: Tender for Comprehensive Annual Maintenance Contract for Access Control Systems at STPI-Chennai (For a period of ONE YEAR) NAME OF THE PARTY: CAMC for Access Control System Page 2 of 17

TENDER NOTICE Software Technology Parks of India, (STPI) I II Tender inviting officer, Authority, Designation and Address A. Name of the work: The Director, STPI No.5, 3 rd Floor, Rajiv Gandhi Salai, Taramani, Chennai 600 113. Website: www.chennai.stpi.in Comprehensive Annual Maintenance Contract for Access Control Systems B. Place of execution STPI - Chennai III Tender documents available place Tender document can be obtained on working and due date for obtaining tender days between 10.30 AM to 4.00 PM from 13.07.2016 to 03.08.2016 at the address mentioned in column I IV Due Date, time and place of Due Date : 03.08.2016 submission of Tender Time : 05.00 P.M. Place : At the above mentioned in column I V Place, date and time of Tender Due Date : 04.08.2016 Opening Time : 11.30 A.M. Place : At the above mentioned in column I VI Any other important criteria specified by the tender inviting authority: 1. Tender received after due date and time will be summarily rejected. STPI invites sealed tenders for Comprehensive Annual Maintenance Contract for Access Control System at STPI-Chennai. The bid should be sealed by the bidder and duly superscripted as Tender No:STPIC/PUR/010/2016-17/010 dated 13.07.2016 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 the firm can downloaded the tender documents from the official website i.e. www.chennai.stpi.in. DIRECTOR STPI -Chennai CAMC for Access Control System Page 3 of 17

1. ELIGIBILITY CRITERIA: SECTION I 1.1 The bidder should have sale / service center in Chennai. Valid proof for the same should be enclosed. 1.2 The bidder should have ONE similar experience as on the date of the tender with Central/ State /PSU /Private Organizations as on the date of the tender. Definition of similar work: Comprehensive Annual Maintenance Contract for Access Control Systems under a single order /contract. Documentary proof for the above shall be produced along with the offer, failure of which the tender will be rejected. Note : Relevant documents & certificate should be submitted as per the eligibility criteria by the bidder. 2. TENDERING PROCESS: 2.1 The tenders are invited on a single bid system: The tender form for Techno-Commercial bids complete in all respect should be submitted in sealed cover super scribed Techno-Commercial Bid Comprehensive Annual Maintenance Contract for Access Control Systems at STPI-Chennai. a) The cover/envelope should be wax sealed. The cover shall be super scribed as Tender No:STPIC/PUR/010/2016-17/010, dated: 13.07.2016 & Name of Tender Comprehensive Annual Maintenance Contract for Access Control Systems at STPI-Chennai and addressed to The Director, Software Technology Parks of India No:5, 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. b) 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 05.00 P.M. on 03.08.2016. 2.2 Contents of Techno-Commercial Bid: The bidder in this regard should submit the following documents. (a) The bidder should have their sale / service centre in Chennai with valid proof. (b) Copies of documentary evidence of experience having successfully completed ONE similar work as on the date of the tender as mentioned in the clause 1.2 - eligibility criteria. (Copies of work completion certificate or order copy or agreement copy to be enclosed). (c) Copies of the following documents to be enclosed: i. Copy of PAN Card, ii. Copy of TIN/VAT/Service tax registration certificate, iii. Copy of Registration / Incorporation of the firm / Company, (Proprietoryship/Partnership/Firm/Company) CAMC for Access Control System Page 4 of 17

(d) (e) Complete set of the Self attested tender documents, Any other related documents, 2.3 The financial details of the tender as per the Bill of quantities. SECTION- II INSTRUCTIONS TO BIDDERS 1. INTRODUCTION 1.1 Definitions: (a) STPI means the STPI, Chennai. (b) 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. (c) Contractor means any registered entity engaging in business such as a proprietorship, partnership, private concern or corporation who supplying the goods/services under the contract. (d) Comprehensive Annual Maintenance Contract for Access Control Systems means standards of works mentioned in Section IV, which the Contractor is required to take during the contract period. (e) Price means the price payable to the Contractor under the purchase/work 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 10 (ten) 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/010/2016-17/010 (Containing 17 pages) by authorized person (s), b) 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. All the documents submitted (whether original or photocopy) in the bid must be legible & self attested. c) Conditional bids will not be accepted. d) More than one bid will not be accepted from one bidder. e) Price indicated in the tender is firm and no increase in the price is allowed. CAMC for Access Control System Page 5 of 17

f) All the documents submitted (whether original or photocopy) in the bid must be legible & self attested. 2.2 SITE VISIT or equipment check up: 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 044-39103439. 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: 3.1 The prices have to be quoted as per the price schedule, no other format of pricing will be accepted. 3.2 The bidder shall quote basic price and applicable taxes separately. However if there are any changes in the taxes during the contract period, the extra amount will be paid as per the notification of state / central government whichever is applicable. The basic unit price and all other components of the price need to be individually indicated against the Price Schedule. The offer shall be in Indian Rupees only. No foreign exchange will be made available by STPI. 3.3 Rates shall be quoted in words and figures. The amount to be worked out to whole number. 3.4 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. (iii) The bid price indicated is firm and no increase in rate will be accepted during the contract period other than taxes. 4. PERIOD OF VALIDITY OF BIDS: 4.1 Bid shall remain valid for 120 days after the date of bid opening prescribed by STPI. 4.2 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: 5.1 All pages of the tender, except for un-amended printed literatures, shall be signed by the person or persons signing the bid. The bids submitted shall be sealed properly. 5.2 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. CAMC for Access Control System Page 6 of 17

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: 7.1 STPI shall open bids in the presence of bidders or their authorized representatives who chose to attend, at 11.30 A.M. on 04.08.2016. 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. 7.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening. 7.3 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. 7.4 The tendering process comprise the following, The bids will be opened at 11.30 A.M. on 04.08.2016 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. 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: 9.1 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. 9.2 Tender committee will scrutinize the bids based on the eligibility criteria and technical specification compliance. 9.3 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. 9.4 The evaluation and comparison of responsive bids shall be done on the price of the goods offered inclusive of all Levies & Taxes as indicated in the Price Schedule of the Bid Document. 9.5 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: 10.1 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. CAMC for Access Control System Page 7 of 17

10.2 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. However, the bidder has the right to question the bidding conditions, bidding process and / or rejection of his / her bid. 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. 12. PLACEMENT OF ORDER: STPI shall consider placement of order on the bidder whose offer has been found technically and financially acceptable. STPI has full rights to place order on fully or partially. 13. ANNULMENT OF AWARD: 13.1 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. 13.2 STPI reserves the right to disqualify the Contractor for a suitable period who habitually failed to take up the Services. 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. SECTION III CONDITIONS TO THE BIDDERS 1. GENERAL CONDITIONS:- 1.1 Period: The contract will be for a period of ONE YEAR. After the expiry of the contract period, the service need not be continued taking it as deemed extension of period. CAMC for Access Control System Page 8 of 17

1.2 Renewal: The contract shall be extended for further period of one year on the same rates, terms & conditions, subject to satisfactory performance. The renewal would be decided later, on satisfactory completion of the above tenure. 1.3 Delivery/ Execution of order: The work shall be carried out at the following location as per the direction of the officer in charge. STPI Chennai: Software Technology Parks of India, 2 nd & 3 rd Floor, No.5, Rajiv Gandhi Salai, Taramani, Chennai 600 113. 1.4 Payment: a) No advance payment will be made. Quarterly payment will be released within 15 days against the bill/invoice raised, after completion of each quarter and submission of all service reports for the concerned period. Payments to the contractor will be through Account payee cheques only. b) Income tax / WCT is applicable as per the case. c) Any other applicable taxes will be deducted as per statutory norms. 1.5 Liquidity Damages: Purchases/Contracts are subjected to Liquidity Damages. Decision of STPI will be final and binding. It has to be ensured by the contractor that the entire Access Control Systems are working properly. If case any problem arises, the same should be attended within 4 hrs and the problem has to be rectified within 24 hrs. The following liquidity damages are levied if there is a delay in the execution of the work: a) Beyond 24 hours to one week from the default of service - 0.5% of order value b) Every successive weeks - 0.5% of order value c) Maximum - 10% of order value. STPI has the right to impose fine and recover from the contractor for noncompliance of the requirements. STPI is entitled to withhold payments due to the contractor, in case of dispute of claim still it is resolved. Decision of STPI will be final and binding, in case of dispute of claim still it is resolved. Decision of STPI will be final and binding. 1.6 Scope: The contract covers comprehensive annual maintenance contract for Access Control Systems at STPI-Chennai. The details of the same are given on Section IV. The work should be executed in coordination with other agencies that the STPI may employ to carry out items of work not covered in the tender. 1.7 Agreement: The notice inviting tenders, conditions of the tender and the duly completed form of the tender will form part of the agreement to be executed by the successful contractor with STPI on non-judicial stamp paper of Rs.100/-. The format of the agreement is enclosed herewith as Annexure I. 1.8 Security Deposit/Retention money: The earnest money will be retained in the case of successful contractor as part of the security for due fulfillment of the contract. Security deposit at 10% of the contract value (in the form of Demand Draft / Bank Guarantee) CAMC for Access Control System Page 9 of 17

has to be deposited before commencement of the work / contract. The format for the Bank Guarantee is enclosed herewith as Annexure-II. The security deposit or retention money will bear no interest whatsoever. SECTION - IV 1. The Scope, Specification & quantity of the access control systems are given below: S.No. Description Qty Make 1 Access Control Panel (four doors) 14 Nos. Syris 2 Access Control Panel standalone button type (single door) 01 No. Syris 3 Access Control Reader 94 Nos. Syris 4 Push Button Switch 04 Nos. Syris 5 Electro Magnetic Lock 50 Nos. Insyin 6 Power Supply Unit 14 Nos. Insyin 7 Communicator 01 No. Syris 8 Syris Control management Software 01 No. Syris 2. Scope: The scope of work involves comprehensive annual maintenance contract of Access Control Systems installed at 2 nd & 3 rd Floor at STPI-Chennai. 2.1 The scope of the Comprehensive Annual Maintenance Contract shall cover the following: a. CAMC of Access Control systems at 2 nd and 3 rd floor should cover all hardware viz. Access Control Panels, Access Control Readers, Push Button Switches, Electro Magnetic Locks, Power Supply Units, Communicator & its data cable, Control Software and database maintenance at server, configuration installation/re-installation of access control panels, readers, push buttons, data cables etc. b. Carry out periodic (at least once in a month) maintenance viz. health check of all access control devices and access control database backup. c. Carry out periodic preventive (at least once in a quarter) maintenance viz. control software, data base backup status check, access control panel cabling, fine tuning of magnetic locks and any other issues observed/reported by user group. d. Problems would be attended within 4hrs from logging of complaint. e. The contractor shall attend unlimited breakdown calls in between routine service calls immediately on receipt of breakdown complaint. f. All spare parts to be replaced shall only from OEM with same make/model/version compatible with attached Access control device/setup or higher configuration. Lower version is not accepted at any conditions. g. contractor is sole responsible to keep the critical items in working condition with them in their stock and same is to be used to replace with faulty items whenever required to avoid the long breakdown period. h. Maintenance, reinstallation, patch updation of all access hardware and control software etc. is to be taken care by contractor and covered under this service contract. i. In the event of any maintenance viz. laying or re-cabling of data cable, initial registration of newly purchased access cards in to control software, required time to time during the contract period is to be taken care by contractor free of cost. 2.2 Other Conditions: a) Diagnose the faults and rectify the defect detected in reasonable time i.e.within 24 hours from the call log time. Fail to meet the above condition liquidity damages is applicable as per Section II, clause No.1.5 of the tender. CAMC for Access Control System Page 10 of 17

b) Repair / replace the faulty parts etc of the equipment. It includes all major/minor repairs as mentioned at scope 1 (1.1a), power supply and breakdowns if any. c) No spares or any other items will be supplied by STPI except consumables. All spares to be used in this work shall be genuine spare parts. d) The contractor shall be solely responsible for the maintenance, repair, replacements and supply of required parts etc. The dismantled parts can be taken by contractor; the employer shall not be liable to interact with any of the subcontractors of the contractor. e) The contractor shall maintain log book for and record the nature of service rendered in each visit by the service representative and the same shall be duly got signed by the official in-charge of the work. f) MAINTENANCE/SERVICE WORKS ARE REQUIRED TO BE CARRIED OUT AS PER SCOPE MENTIONED AT SECTION IV AND ENSURED THAT THE ACCESS CONTROL SYSTEMS WORK WITH OUT BREAK DOWN. 3. REPAIR AND MAINTENANCE: 3.1 Support Centre: The contractor shall have support centre at Chennai. This is in addition to staff required to be posted at site (if indicated in contract) The contractor shall furnish the names, locations, complete postal address, telephone numbers and FAX numbers of all technical support centers and also alternate contact persons including contractor. Any change in the above details shall have to be intimated in writing by the contractor to the in charge of the employer at the earliest. 3.2 Responsibilities of Support Centre: a) The contractor shall ensure that all the centers are manned by fully competent and responsible personal and capable to attend the fault. b) The contractor shall also ensure centers are manned and are able to provide service to the employer all the seven days of the week throughout the year. The level of service provided to the employer shall not affect due to any day being holiday or for any other reasons. c) The contractor shall ensure that minimum stocks of critical genuine spare parts of the system are maintained as spare stock with them, to avoid any 6 long breakdown. 4. TECHNICAL SUPPORT PROCEDURE: a) In case of any fault the officer in charge of the employer shall immediately contact the designated support centre of the contractor and give information about the nature of fault over phone / FAX / e-mail. b) Once the fault has been rectified and the system is restored to normalcy the Engineer of the contractor shall record in the log book, the details of works done by them for restoration of faults and also record the details of steps to be taken and procedures to be followed for not only restoration of similar faults by employer but also for preventing the occurrence of faults in future. c) It has to be ensured that the faults are rectified immediately. After the rectification, service report has to be submitted to STPI with the Contractor s acknowledgement / certification. CAMC for Access Control System Page 11 of 17

d) The contractor shall also ensure inspection of their experts in case the fault is not rectified by the centre properly. 5. DETAILS OF THE BIDDER: a) Name, address & Contact No. of the bidder: b) Proof of similar work as mentioned in the eligibility criteria: (copies of work order / completion certificate to be enclosed): Sl. No. Contract period Name of the client with the address and contact number Contract Value Proof submitted 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) Proof of having sale / service centre in Chennai Yes / No e) The firm must register the following: Sl. No. Particulars Mention the registration numbers of: Reg. No & date Proof submitted a) PAN No. Yes/No b) Service Tax / Sales Tax Regn. No. Yes/No c) Certificate of Reg. No. Yes/ No g) Complete set of the self attested tender documents. CAMC for Access Control System Page 12 of 17

6. FINANCIAL DETAILS: Rate shall include cost of transportation and other overheads. S.No. Description Qty Rate per quantity in Rs. 1 Access Control Panel (four doors) 14 Nos. 2 Access Control Panel standalone button type (single door) 1 No. 3 Access Control Reader 94 Nos. 4 Push Button Switch 4 Nos. 5 Electro Magnetic Lock 50 Nos. 6 Power Supply Unit 14 Nos. 7 Communicator 1 No. 8 Syris Control management Software 1 No. Total Amt in Rs. (per annum) (Rupees Only) 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: CAMC for Access Control System Page 13 of 17

ANNEXURE - I AGREEMENT Articles of agreement made this (date) between Software Technology Parks of India, No.5, 3rd Floor, Rajiv Gandhi Salai, Taramani, Chennai-600113, through Authorised Signatory (hereinafter called the STPI ) of the one part and, through Authorised Signatory (hereinafter called the Contractor ) of the other Part. whereas the employer is desirous of entrusting providing (name of the work) at (places) to the contractor under this agreement as per the tender conditions of contract. And whereas the Contractor has agreed to execute the (name of the work) in STPI (places) as per conditions in the Tender No:, dated (date) and work order No:, dated (date). CAMC for Access Control System Page 14 of 17

NOW IT IS HEREBY AGREED AS FOLLOWS: 1. In consideration of the sum of Rs. /= (Rupees only) p.m / p.a. to be paid at the time and in the manner set forth in the said conditions of the tender, the contractor shall upon and subject to the said conditions execute and complete the work as per conditions in the tender. 2. The Employer will pay to the contractor the said amount of Rs. /= (Rupees only) p.m. / p.a. or such other sum as shall become payable hereunder at the times and in the manner specified in the said conditions. 3. The said conditions, shall be read and construed as forming part of this agreement, and the parties hereto shall respectively abide by and submit themselves to the conditions and stipulations and perform the agreement on their parts respectively in such conditions contained. The period of contract is from to. SCHEDULE I 1. Tender No. dated 2. Purchase /Work Order No. dated 3. Acceptance to the order. As witness our hand the day and year first above written Signed by STPI: In the presence of (witness): 1) Signature: 2) Signature: Name: Name:: Occupation: Occupation: Address: Address: Signed by the Contractor: In the presence of (witness): 1) Signature: 2) Signature Name: Occupation: Name: Occupation: Address: Address: CAMC for Access Control System Page 15 of 17

ANNEXURE - II PERFORMANCE SECURITY BOND FORM 1. In consideration of the Director STPI having offered to accept the terms and conditions of the proposed agreement between and (hereinafter called the said contractor(s ) for the work (hereinafter called the said agreement ) having agreed to production of an irrevocable Bank Guarantee for Rs. (Rupees Only) as a security/guarantee from the contractor(s) for compliance of his obligation in accordance with the terms and conditions in the said agreement. We (hereinafter referred to as the Bank ) here by undertake (Indicate the name of the Bank) to pay to the Government an amount not exceeding Rs. Only) on demand by the STPI. 2. We do hereby undertake to pay the amounts due and (Indicate the name of the Bank) payable under this guarantee without demure, merely on a demand from the S.T.P.I stating that the amount claimed has required to meet the recoveries due /likely to be due from the said contractors, Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. (Rupees only) 3. We, the said bank further undertake to pay the STPI any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) 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 liability for payment there under and the contractor(s) shall have no claim against us for making such payment. 4. We, further agree that the guarantee herein contained shall remain (Indicate the name of the Bank) In force and effect during the period that would be taken for the performance of the said agreement 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 claims satisfied or discharged or till STPI certified that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly discharge this guarantee. CAMC for Access Control System Page 16 of 17

5. We, further agree with the STPI that the STPI shall have the (Indicate the name of the Bank) fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time or to postpone for anytime or from time to time any of the powers exercisable by the STPI against the said contractor(s) and to forbear 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(s) or for any forbearance, act of omission on the part of the STPI or any indulgence by the STPI to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the bank or the contractor(s). 7. We, lasting undertake not to revoke this guarantee expert with the (Indicate the name of the Bank) Previous consent of the STPI in writing. 8. This guarantee shall be valid up to unless extended on demand by the STPI. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. (Rupees Only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged. Dated the day of for (indicate the name of the Bank) CAMC for Access Control System Page 17 of 17