AMC for Routers & Switches Page 1 of 18

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

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

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

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

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

Standard Bid Document

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

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

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

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

The last date for submission of the bids is at

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

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

Hiring of Commercial Vehicle for Official Use at STPI

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

BHARAT HEAVY ELECTRICALS LIMITED,

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

PEC University of Technology, Chandigarh

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

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (A&E)- I MADHYA PRADESH, GWALIOR

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

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

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

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

Air Conditioner Maintenance Committee

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

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

NOTICE INVITING e-tender

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

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

Supply and Installation of A3 Size Scanner

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

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

NLC TAMILNADU POWER LIMITED

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

PUNJAB TECHNICAL UNIVERSITY,

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

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

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

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

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

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

NOTICE INVITING TENDER

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (A&E) - I MADHYA PRADESH, GWALIOR. Notice Inviting Quotation

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

NOTICE INVITING TENDER

INVITATION OF TENDER BIDS WATER TANKS

COMMERCIAL TERMS AND CONDITIONS

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

LOK SABHA SECRETARIAT General Procurement Branch

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD)

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

Biotech Park, Lucknow

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

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

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

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

Notice inviting e-bids for Printing and Supply of IEC Material

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

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

SPECIFICATIONS FOR TENDER FOR MINISTRY OF POWER WEB SITE MAINTENANCE AND UPDATION

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

Department of Civil Engineering

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

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

TENDER DOCUMENT OF RATE CONTRACT FOR SUPPLY OF BOOKS FOR CENTRAL LIBRARY

IMPELLER FOR BHEL BOILER DESCRIPTION, QUANTITY & ARTICLE CODE

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

Notice for inviting E-Tender for hiring of vehicles

Transcription:

SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Govt. of India, Ministry of Communications & Information Technology, Department of 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/010/2010-11/042 DATE : 25.02.2011 Name of the Tender: TENDER FOR COMPREHENSIVE AMC FOR ROUTERS, SWITCHES, NETWORK CARDS AND MODULES (For the period of ONE year) NAME OF THE PARTY: AMC for Routers & Switches Page 1 of 18

I II Tender inviting officer, Authority, Designation and Address Name of the Equipment s/ work: B. Place of execution III Tender documents available place and due date for obtaining tender IV V 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. Website: www.chennai.stpi.in Comprehensive AMC for ROUTERS, SWITCHES,NETWORK CARDS AND MODULES Place: STPI Chennai & Sub centre Tender document can be obtained on working days between 10.30 AM to 4.00 PM from 25.02.2011 to 27.03.2011 at the address mentioned in column I Due date: 28.03.2011 Time : 3.00 PM Place : At the above mentioned in column I Date : 28.03.2011 Time : 3.30 PM 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 from reputed authorized gold certified partners of Cisco for the Comprehensive Annual Maintenance for Routers, Switches, Network Cards and modules under two bid systems. The bid should be sealed by the bidder and duly superscripted as Tender No:STPIC/PUR/010/2010-11/042 dated 25.02.2011and name of the tender. Intending eligible bidders may obtain a copy of bid document from STPI, No: 05, IIIrd Floor, Rajiv Gandhi Salai, Taramani, Chennai 600 113 on payment of Rs.500/- (Rupees Five Hundred only) in the form of crossed Demand Draft /Banker s Cheque from any commercial Bank in favor of "Software Technology Parks of India payable at Chennai". In case, firm has downloaded the tender documents from the official website i.e. www.chennai.stpi.in, they must ensure that requisite tender fee/ cost is enclosed in the form of Account Payee Demand Draft from any of the commercial bank in favour of Software Technology Parks of India payable at Chennai" with their tender, failing which the tender will be treated as incomplete and will be ignored. The EMD & Tender fee (Demand Draft or receipt given by STPI in case paid at office) should be enclosed with the Original technical bid of tender document. DIRECTOR STPI -Chennai AMC for Routers & Switches Page 2 of 18

1. TENDERING PROCESS: SECTION - I The tenders are invited on a two bid system i.e. qualifying bid (technical bid including tender fee and EMD) and then the financial bid: 1. The tender form for Technical bids prescribed at Annexure I (Attached) complete in all respect (Including Tender fee and EMD) should be submitted in sealed cover super scribed Technical Bid Comprehensive Annual Maintenance for Routers, Switches, Network Cards and modules at STPI-Chennai and sub centers. 2. 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 Comprehensive Annual Maintenance for Routers, Switches, Network Cards and modules at STPI-Chennai and sub centers. 3. The above two sealed covers should be put together in another big cover/envelope super scribed as Comprehensive Annual Maintenance for Routers, Switches, Network Cards and modules at STPI-Chennai and sub centers. and addressed to The Director, Software Technology Parks of India No: 05, Third Floor, Rajiv Gandhi Salai, Taramani 600 113. The Envelope should be dropped in the Tender Box of the STPI at Reception in the above address latest by 15.00 hrs on 28.03.2011. Incomplete bid documents will be rejected. The Two bid tendering process comprise the following, 1. The technical bids will be opened in the first stage, at 15.30 hrs on 28.03.2011 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. 2. 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., 2. THE ELIGIBILITY CRITERIA: 2.1 The bidder must be an authorized gold certified partners of Cisco and whose average annual financial turn over during the last 3 year ending 31 st March of previous year should be at least Rs.2.40 lakhs. (i.e, 2007-08, 2008-09 & 2009-10). 2.2. Experience of having successfully completed similar works such as maintenance for Routers, Switches, Network Cards and modules during the last 4 years ending should be either of the following. a) 3 similar completed works costing each not less than Rs.1.20 lakhs AMC for Routers & Switches Page 3 of 18

b) 2 similar completed works costing each not less than Rs.1.50 lakhs c) 1 similar completed work costing each not less than Rs.2.40 lakhs Definition of similar work: maintenance for Routers, Switches, Network Cards and modules to any central / state Govt offices/psu/ private units under a single order /contract. Documentary proof for the above shall be produced along with the offer, failure of which the offer may be disqualified. SECTION- II INSTRUCTIONS TO BIDDERS 1. INTRODUCTION 1.1 Definitions: (a) "Purchaser" 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) "Supplier" means any registered entity engaging in business such as a proprietorship, partnership, private concern or corporation who supplying the goods under the contract. (d) "Maintenance of Routers, Switches, Network cards and Modules means works mentioned in Section IV, which the Supplier is required to take during the contract period. (e) "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: A prospective bidder, requiring any clarification of the Bid Documents shall notify the Purchaser in writing or by Fax at the Purchaser'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 within 3 (three) working days. 2. PREPARATION OF BIDS 2.1. DOCUMENTS COMPRISING THE BID: 2.1.1 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/010/2010-11/042 (Containing 18 pages) by authorized person (s), AMC for Routers & Switches Page 4 of 18

2.1.2 The financial bid shall contain blank price schedule in which the values will be filled in the appropriate columns. Note: All the documents submitted (whether original or photocopy) in the bid must be legible & self attested. 3. BID PRICES: 3.1 The bidder shall give the total composite price inclusive of all levies and taxes. Financial Price quoted should be inclusive of the services and the components and consumables. The offer shall be in Indian Rupees only. No foreign exchange will be made available by the purchaser. 3.2 Rate shall be quoted in rates and figures. The amount to be worked out to whole numbers. 3.2 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. (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. BID SECURITY: 4.1 The bidders shall furnish, as part of his bid, a bid security for an amount of Rs.9,000/- (Rupees Nine Thousand Only) in the form of Demand Draft/ Banker Cheque from any commercial Bank in favour of Software Technology Parks of India payable at Chennai. The EMD or Performance security will bear no interest whatsoever. The EMD & Tender fee should be enclosed with the Technical bid of tender document. 4.2 The bid security is required to protect the Purchaser against the risk of bidder's conduct, which would warrant the bid security's forfeiture as per clause 4.5 4.3 A bid not secured in accordance with Para 4.1 shall be rejected by the purchaser being non-responsive at the bid opening stage and returned to the bidder unopened. 4.4 The bid security of the unsuccessful bidder will be discharged /returned to them at the earliest / 30 days after award of contract/order. 4.5 The bid security may be forfeited: (a) (b) If a bidder withdraws his bid during the period of bid validity. In the case of a successful bidder, if the bidder fails to sign the contract and not furnished the performance security, (c) Failure to fulfill the contract The bidder will not be eligible to participate in the tender for same item for three year from the date of issue of Purchase Order / Work Order if EMD / Performance Guarantee is forfeited. AMC for Routers & Switches Page 5 of 18

5. PERIOD OF VALIDITY OF BIDS: 5.1 Bid shall remain valid for 90 days after the date of bid opening prescribed by the Purchaser. 5.2 In exceptional circumstances, the Purchaser 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. The bid security provided under Clause 4 shall also be suitably extended. A bidder may refuse the request without forfeiting his bid security. A bidder accepting the request and granting extension will not be permitted to modify his bid. 6. FORMATS AND SIGNING OF BID: 6.1 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. 6.2 The bid shall contain no interlineations, 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. 7. SUBMISSION OF BIDS: 7.1 SEALING AND MARKING OF BIDS: The bidder shall wax seal the bids in separate envelopes and duly marking as Tender No:STPIC/PUR/010/2010-11/, date: & Name of Tender. Further, the sentence NOT TO BE OPENED before due date & time of tender opening. The sealed tender is to be dropped in the tender box kept at STPI, No:05, 3rd floor, Rajiv Gandhi Salai, Taramani, Chennai -600 113. If the outer big envelope is not sealed and marked properly as above, the purchaser will not take any responsibility for its misplacement, premature opening etc. The bidder in this regard should submit the following documents: (a) Financial status: - The annual turnover of the bidder for the last three years. Copies of audited financial report for the last three years should be enclosed. (b) The bid should be accompanied by two separate Demand drafts for tender fee for Rs.500/- (non-refundable) and bid security of Rs.9,000/- (Rupees Nine Thousand Only). Tender document can also be obtained directly from STPI, against payment of Rs.500/- [Rupees Five Hundred only] The bid received without tender fee and bid security will not be considered. (c) Copies of documentary evidence of experience having successfully completed similar works during the last 3 years mentioned in the clause 2, (Eligibility criteria) (d) Copy of PAN Card, (e) Copy of Sales tax registration certificate/tin/vat, (f) Copy of Registration / Incorporation of the firm/company, (g) Any other related documents, AMC for Routers & Switches Page 6 of 18

7.2 The envelopes shall be addressed to purchaser at the following address: The Director, Software Technology Parks of India, No: 05, 3 rd Floor, Rajiv Gandhi Salai, Taramani, Chennai 600 113. 8. LATE BIDS: Any bid received by the Purchaser after the due date & time for submission of bids prescribed by the Purchaser shall be rejected and returned unopened to the bidder. 9. OPENING OF BIDS BY PURCHASER: 9.1 The purchaser shall open bids in the presence of bidders or their authorized representatives who chose to attend, at 15.30 P.M. on due date. The bidder s representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the bidders before they are allowed to participate in bid opening. 9.2 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening. 9.3 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. 10. CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of bids the Purchaser 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. 11. TENDER EVALUATION: 11.1 Purchaser 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. 11.2 Tender committee will scrutinize the bids based on the eligibility criteria and technical specification compliance. The bidders, who are not complying the eligibility criteria, technical specification and all other terms mentioned in the tender, will be summarily rejected. The technically qualified bidders only will be called for financial bid opening. 11.3 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 the Purchaser. If there is a discrepancy between words and figures, AMC for Routers & Switches Page 7 of 18

the amount in words shall prevail. If the Supplier does not accept the correction of the errors, his bid shall be rejected. 11.4 The evaluation and comparison of responsive bids shall be done on the price of the goods offered inclusive of Levies & Taxes i.e., Sales Tax, VAT & Excise Duty, packing, forwarding, freight and insurance etc. as indicated in the Price Schedule of the Bid Document. 11.5 The Purchaser may waive any minor inbidderity or 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. 12. CONTACTING THE PURCHASER: 12.1 No bidder shall try to influence the Purchaser on any matter relating to its bid, from the time of tendering till the time the contract is awarded. 12.2 Any effort by a bidder to influence the Purchaser in the Purchaser's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid. 13. PLACEMENT OF ORDER: The Purchaser 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. 14. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The Purchaser 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 affected bidder or bidders on the grounds for the Purchaser's action. 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 / lower specifications in this tender will not be accepted. 15. ANNULMENT OF AWARD: Purchaser reserve the right to cancel the order without assigning any reasons at any stage. Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to take the Maintenance of Routers, Switches, Network Cards and modules. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honour his bid without sufficient reasonable grounds. AMC for Routers & Switches Page 8 of 18

1. GENERAL CONDITIONS SECTION III CONDITIONS TO THE BIDDERS 1.1 The contract will be for a period of one year. 1.2 The work shall be carried out in the following locations of Software Technology Parks of India, as per the direction of the officer in charge. Change of address, if any will be intimated by STPI. a) No.5 Rajiv Gandhi Salai, Taramani, Chennai -600 113, b) Coimbatore Sub center : STPI-IT Park, S.F.No.333/1, Ground Floor, Kumaraguru College of Technology Campus, Chinnavedampatti, Coimbatore 641 006, c) Trichy Sub center : B-9, Light Engineering Shed, Trichy Regional Engineering College, Science & Tech. Entrepreneurs Park, Trichy 621 015, d) Puduchery Sub center : Puduchery Technopolis Building I, Puduchery Engineering College Campus, Pillaichavadi, Puduchery 605 014 and e) Madurai Sub center : Thiyagaraja College of Engineering Campus, Madurai 625 015. 1.3 The contractor shall inspect the items / premises before quoting. 1.4 The contract covers Maintenance of Routers, Switches, Network Cards and modules at STPI Chennai and sub centers. The details of the same are given in Section IV 1.5 Conditional quotes will not be accepted. 1.6 Rates shall be quoted in words and figures. The amount to be worked out to whole number. 1.7 No advance payment will be made. Mode of payment will be quarterly on the completion of work to the fullest satisfaction of officer in charge and would be paid on 10 th of each succeeding quarter. Payments to the Agency will be through Account Payee cheques only. 1.8 Income tax plus surcharge on income tax etc will be recovered at the prevailing rate. Works Contract Tax at the prevailing rate will be recovered as per the case. 1.9 After the expiry of the contract period, the service need not be continued taking it as deemed extension of period. 1.10 STPI has the right to impose fine and recover from the agency for noncompliance of the requirements. Decision of STPI will be final. AMC for Routers & Switches Page 9 of 18

2.1 Purchases/Contracts are subjected to Liquidity Damages. Deviation in any of the terms of the PO/WO with due acceptance from STPI will not attract any liquidity damages. 1.11 Any problem should be attended and rectified within 72 hours. The following liquidity damages are levied if there is a delay in the execution of the work as defined in Section IV: a) Beyond 72 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 The Decision of STPI will be final authority for imposing the Liquidated clause. 1.12 STPI reserves the right to terminate the contract with out assigning any reasons, if the maintenance and services are found dissatisfactory. 1.13 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 will be deducted @ 7% of gross amount of each running bill till the same along with the sum already deposited as earnest money and Bank Guarantee will amount to security deposit of 10% of the tendered value of work. 1.14 The security deposit or retention money will bear no interest whatsoever. 1.15 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. Bidders are advised to inspect the site before quoting. 1.16 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/- within 10 days. The format of the agreement is enclosed herewith as Annexure III. 1.17 The Agency shall strictly comply with the terms and conditions of contract. In case of violation of any of the terms, the contract shall be liable for cancellation immediately. 1.18 The work should be executed in coordination with other agencies that the STPI may employ to carry out items of work not covered in your tender. 1.19 Any dispute arising out of this agreement or that which may arise in future, will be resolved by taking recourse to mutual settlement in the instance, failing which the dispute will be subject to Chennai jurisdiction only. STPI is entitled to withhold payments due to the Agency in case of dispute of claims till it is resolved. AMC for Routers & Switches Page 10 of 18

2.0 SPECIAL CONDITIONS: 2.1 Contractor shall arrange subject to the provisions contained herein to safeguard the appliances, fittings materials and property of the STPI, 2.2 A contractor shall deem to have full knowledge of installations whether he inspected it or not. 2.3 The contractor shall attend unlimited breakdown calls immediately on receipt of compliant. 2.4 The scopes of this contract include all major /minor repairs to tendered items. 2.5 No spares or any other items will be supplied by the STPI. Well trained certified engineers & Hardware and Software are to be arranged by the contractor. 2.6 All spares to be used in this work shall be genuine spare parts and the same shall be proceeding from the authorized dealer or Manufacturer. 2.7 It has to be ensured by the contractor that all the Routers, Switches, Network Cards and modules are always in working condition. Any breakdown or defects shall be attended to immediately. If for any reason, the Router/Switch is not operational necessary standby shall be provided incase of emergency. 2.8 Service offered under this contract shall be in accordance with the service instructions and standard practice of original manufacture. 2.9 The contractor shall maintain services log book and record the nature of service rendered during each trouble shoot by the service representative and the same shall be duly got signed by the official in charge of STPI. 2.10 MAINTENANCE WORKS ARE REQUIRED TO BE CARRIED OUT AS PER MANUFACTURERS MANUALS AND ENSURED THAT THE ROUTERS, SWITCHES, NETWORK CARDS AND MODULES ARE IN WORKING CONDITION WITH OUT BREAK DOWN AMC for Routers & Switches Page 11 of 18

3.0 SERVICE NORMS: SECTION IV 3.1 On call Response: For 24/7 support MONDAY-SUNDAY- 4 Hours for Chennai and 4 hours + Travel time to the site from the nearest vendors office for Coimbatore, Trichy, Madurai & Puduchery, 3.2 Resolution: The resolution will be on best effort basis. For Necessary Standby shall be provided incase of emergency, 3.3 Telephonic assistance: Contractor shall provide unlimited telephonic e-mail and web-based support through the 24/7 Global Support Centre. The Support Center shall simulate problems and provide online assistance to STPI, 3.4 On call support: Well trained and certified engineer shall visit the specified office of SOFTWARE TECHNOLOGY PARKS OF INDIA to resolve the problem reported. The typical activities covered under onsite maintenance shall be problem diagnosis, resolution by restore/repair/replacement, user assistance, installation of updates, patches on the system apart from the knowledge base for technical information relevant to the STPI products, 3.5 Part repair and replacement: If a part is identified as the cause for the malfunction, the same when repairable shall be attempted by the vendors. If a part is to be replaced immediately, it shall be attempted by the vendor. If a part is to be replaced immediately, it shall be done with a functionally equivalent part of the vendor. However in the long run vendor shall provide the same make and configuration free of cost. 4.0 DETAILS OF PRODUCT: Part No. Description Total 3662 Router Cisco 3662 Router (6 Slot) 4 1 1 1 1 8 3642 Router Cisco 3642 Router (4 Slot) 0 0 0 1 0 1 2500 Router Cisco 2500 Router 0 0 0 1 0 1 3524 Switch Cisco Catalyst 24 port Switch 4 1 1 1 1 8 2960 Switch Cisco Catalyst 48 port Switch 1 0 0 0 0 1 2960 Switch Cisco Catalyst 24 port Switch 2 0 0 0 0 2 2924 Switch Cisco 24 port switch 0 0 0 1 0 1 NM8AS 8 Port Asynchronous 5 1 1 2 1 10 NM2W 2 WAN card slot Network Module 9 1 1 1 1 13 NM1E2W 1 Eth and 2 WAN card slot Network Module 2 1 1 2 0 6 AMC for Routers & Switches Page 12 of 18 Chennai Madurai Trichy Coimbatore Puducherry

WIC-1T 1 Port WAN card 5 1 4 2 0 12 WIC-2T 2 Port WAN card 15 2 2 1 2 22 WIC-4T 4 Port WAN card 0 0 0 1 0 1 NM-8AM 8 Port analogue module 1 0 0 0 0 1 WS-G5484 Fiber Fiber Gigabit Eth module 2 0 0 0 0 2 AMC for Routers & Switches Page 13 of 18

ANNEXURE - I 5.0 TECHNICAL BID: 1. Name, address & Contact No. Of the concern: 2. Turnover for last three years (Copies of I.T. returns, P & L A/c and balance sheet to be enclosed) Financial Year Turn over in Lakhs. (Rs.) Supporting Document Submitted 2009-2010 Yes/No 2008-2009 Yes/No 2007-2008 Yes/No 3. Proof of WO order / work completion certificate as per the terms mentioned in eligibility criteria: (Please enclose proof of the same) Sl. No. Year Name of the client with the address and contact number Contract Value Proof submitted Yes/No Yes/No Yes/No 4. The firm must register the following: Sl. No. Particulars Reg. No & date Proof submitted Mention the registration numbers: a) Certification of all statutory registrations as per para 7.1 b) Certificate from the authorized gold certified partner of Cisco enclosed Yes/No Yes/No Yes/No Yes/No AMC for Routers & Switches Page 14 of 18

5. The bidding organization should have gold partnership certifications with current validity and the Certificate should be enclosed. 6. Mention the registration number, if the Contractor/ company are registered under provident fund Act, ESI and shops, and Establishments Act. Copy of Registration papers along with code numbers attached to the Contractor / Company may be provided. I certify that all the terms and conditions of the tender documents are acceptable to us. Signature of the authorized person Name : Designation : Company Seal : Date : Place : AMC for Routers & Switches Page 15 of 18

ANNEXURE - II 6.0 FINANCIAL BID: 1. Name, address & Contact No. Of the concern: 2. Rate shall include cost of transportation of staff from Contractor office to site etc. Particulars Amount in figure (Rs.) Amount in words (Rs.) Comprehensive AMC Charges as per the quantity mentioned in the clause 4.0 above. Taxes, if any Total Rupees only) I certify that all the terms and conditions of the tender documents are acceptable to us. Signature of the authorized person Name : Designation : Company Seal : Date : Place : AMC for Routers & Switches Page 16 of 18

ANNEXURE III 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 Employer ) 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) AMC for Routers & Switches Page 17 of 18

NOW IT IS HEREBY AGREED AS FOLLOWS 1. In consideration of the sum of Rs. /= (Rupees only) 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) 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. SCHEDULE I 1. Tender No. & Document complete set 2. Vendor letter reference No. dated for the tender. 3. Reference No. dated towards rate acceptance from the Vendor / Purchaser. 4. Purchase order No. dated / Work order No. dated (format is mentioned in Schedule-I) will vary on case to case basis As witness our hand the day and year first above written Signed by STPI: In the presence of : Name: Occupation: Address: Name: Occupation: Address: Signed by the Contractor : In the presence of : Name: Occupation: Address: Name: Occupation: Address: AMC for Routers & Switches Page 18 of 18