Page 1 of 13
Software Technology Parks of India
(An autonomous Society under Govt. of India, Ministry of Electronics and IT)
9th
Floor, NDCC II, Jai Singh Road, New Delhi – 110 001
Phone: 011-23438188
Ref. no. : 8(40)/II/STPI-HQ/2016 Date24/09/2016
TENDER NOTICE
EVENT ARRANGEMENT FOR NETWORKING WORKSHOP TO BE HELD ON IBPS
ON 03RD
OCTOBER 2016
MODE OF TENDERING: TWO-BID SYSTEM
The tender has to be submitted in one sealed covers which should be duly superscribed on the
top of cover “EVENTARRANGEMENT FOR NETWORKING WORKSHOP TO BE
HELD ON IBPS ON 03RD
OCTOBER 2016” and addressed to “The Chief Administrative
Officer, Software Technology Parks of India, 9th
Floor, NDCC-II Building, Jai Singh Road,
New Delhi-110 001”.
Sl.
No.
Particulars Details
1 Inviting agency Software Technology Parks of India
2 Date of issue of RFP 24.09.2016
3 EMD Rs.25000/- to be submitted in the
form of demand draft or Chequein
favor of Software Technology Parks
of India payable at New Delhi
4 Bid submission due date & time 27/9/2016 1500 Hrs
5 Bid Validity 30 days
6 Address for Queries/Clarifications Chief Administrative Officer, STPI,
9th Floor, NDCC-II, Jai Singh Road,
New Delhi-110001
7 Bid Opening 27/09/2016 1530Hrs
Tender may either be obtained from STPI at above given address on any working day
between 1000 Hrs to 1700 Hrs or downloaded from web site www.stpi.in or
eprocure.gov.in
Page 2 of 13
INDEX
PART Content Page No.
I. Brief Introduction to Bidders 3
II. Instructions to Bidders 4-6
III. Schedule of Requirement& Eligibility Criteria 7-8
Technical Bid (Form A) 9
Financial Bid (Form B) 12-13
Annexure-I – Declaration by Bidder that the bidder/agency is
not blacklisted
10
Annexure-II –EMD forwarding letter 11
Page 3 of 13
PART-I
BRIEF INTRODUCTION TO BIDDER
Software Technology Parks of India (STPI) was established and registered as an autonomous
society under the Societies Registration Act, 1860, under the then Department of Electronics
(presently Department of Electronics and Information Technology), Ministry of Communications
and Information Technology, Govt. of India on June 5, 1991 with an objective to implement
STP/EHTP Schemes, set up and manage infrastructure facilities and provide other services like
technology assessment and professional training.
As of now, a total of 56 STPI centres are operational across the country. Detailed STPI Profile
may be browsed on www.stpi.in.
Page 4 of 13
PART-II
INSTRUCTIONS TO BIDDERS
1. The tender can be downloaded from web site (www.stpi.in or eprocure.gov.in)
2. The tender should be submitted under sealed Two-Bid system. Cover-I should
contain Technical Bid & Earnest Money and Cover-II should contain Financial
Bid. Both the covers should be kept in one big sealed Cover duly superscribed as
“EVENTARRANGEMENT FOR NETWORKING WORKSHOP TO BE HELD
ON IBPS ON 03RD
OCTOBER 2016”.
3. EMD amount of Rs.25,000/- Only (Rupees Fifty Thousand Only) in the form of
Demand Draft/ Cheque drawn in favour of “STPI” payable at New Delhi should be
submitted along with Technical Bid. Demand Draft issued should be on/after
published date of tender. The EMD will be returned to un-successful bidders after
finalization of tender without any interest. Specimen letter forwarding EMD by the
bidders is enclosed at Annexure-II. The EMD shall be forfeited if a contractor turns
down the offer after being offered the job.
4. The EMD of successful bidder(s) shall be returned without interest after timely
delivery & successful Installation/ commissioning of equipments.
5. “Technical Bid” should be submitted by the bidders strictly as per Form A along
with documentary evidences and prescribed annexures.
6. “Financial Bid” of the technically qualified bidders, will be considered for
further evaluation. “Financial Bid” should also be strictly as per Form B-.
7. All the pages and appendices/annexures attached should be signed & stamped by the
bidder.
8. The price quoted shall be inclusive of all i.e. cost of material, labour cost, local
delivery at site etc. All govt. taxes, duties, levies, VAT, etc. shall be quoted
separately. No price escalation on any ground whatsoever will be entertained.
9. STPI reserve the right to accept/reject any or all bids without assigning any reasons
thereof.
10. The sealed envelops containing the quotation will be submitted to the Chief
Administrative Officer, 9th
Floor, NDCC-II Building, Jai Singh Road, New Delhi-110
001 latest by 27.09.2016 at 15:00 hrs. The Technical bids shall be opened in the
presence of the participating bidders on 27.09.2016 at 15:30 Hrsat above mentioned
address.
11. The RFP and corrigendum, if any, shall be hosted on www.stpi.in and
eprocure.gov.in
Page 5 of 13
12. Evaluation of Bids :STPI will award the contract to the successful bidder whose bid
would be determined to be substantially responsive, technically complied and
determined as the best evaluated bid in terms of lowest rates. Bids shall, however, be
evaluated in two phases viz. Technical Evaluation and Financial Evaluation:
(A) Technical Evaluation- A duly constituted committee shall evaluate the Technical bids
initially. The bid of eligible bidder, who qualify the eligibility criteria as per the technical
bid, will be qualified for consideration of financial evaluation.
(B) Financial Evaluation – The Financial/ Commercial bids of only technically qualified
bidders shall be evaluated. The lowest bidder (L1) will be considered for awarding the
contract. L1 shall be identified on the basis of total cost of the work.
13. STPI also reserves the right to cancel the order with or without assigning any reason.
14. Payment Terms: No advance payment will be released alongwith purchase order.
100% payment will be released subject to deduction of taxes, if any, as per the Govt.
norms after successful completion of work.
15. Rejection of the Bid
(a) The bidder is expected to be examine all instructions, formats, terms &conditions and
scope of work in the bid document. Failure to furnish all information required as per bid
document or submission of bid which is not substantially responsive to the bid document
in every respect may result in rejection of bid. In respect of interpretation/clarification of
this bid document and in respect of any matter relating to this bid document, the decision
of STPI will be final.
(b) No prices are to be indicated in the Technical Bid and if price is mentioned in the
“Technical Bid” it may lead to rejection of the bid.
(c) Bid without EMD will be summarily rejected
(d) Bids not submitted as per two bid system will be summarily rejected
(e) The bidder will have to furnish the requisite document supporting the
qualification/eligibility criteria and credential as specified in the bid document, failing
which the bid is liable to be rejected
(f) The discount, if any, should be merged with the quoted prices. If the bidder does not
follow this stipulation, the bid is liable to be rejected.
(g) Bidder should submit offer for all the categories. Bid not submitted for all the categories
shall out rightly be rejected.
(h) The bids received after specified date and time will not be considered
(i) The bid received through fax/telefax/photocopy will not be considered
(j) Tender should strictly conform to the specifications. Tenders not conforming to
the specifications will be rejected summarily. STPI, however, reserves the right to
ignore minor unconformities in the specifications. (k) The conditional bids shall not be considered and will be out rightly rejected.
Page 6 of 13
16. Forfeiture of EMD
(a) If the successful bidder refuses/fails to accept purchase/work order,EMD will be forfeited
(b) If the successful bidder fails to execute the order for any reason the EMD will be
forfeited
(c) If the bidder withdraws tender before/after finalization of the tender, EMD will be
forfeited.
(d) If the successful bidder abandons the contract, EMD will be forfeited
(e) If the contract is terminated by STPI due to poor performance/variation of any clause of
agreement or any bad act of selected bidder, EMD will be forfeited.
17. Blacklisting
The bidder should give undertaking in the format enclosed as Annexure-I that the
Company/Firm is not blacklisted by any Govt./PSU/ Corporate and other
organization. If at any stage of bidding process or during the currency of contract,
such information comes to knowledge of STPI, the STPI shall have right to reject the
bid and forfeit the EMD and terminate the contract, as the case may be, without any
compensation to the bidder.
18. Director General (DG), STPI reserves the rights for dispute redressal.
19. Arbitration
All disputes or difference whatsoever arising between the parties out of or relating to
the subject matter, meaning and operation or effect of the work order or the breach
thereof shall be settled by reference to arbitration as per Indian Arbitration Act. In
such case, DG, STPI reserves the right to appoint an arbitrator.
20. Force Majeure
If, at any time, during the continuance of the work contract, the performance in whole or in
any part by either party of obligation under the work contract shall be prevented or delayed
by reasons of any war, hostile acts of the enemy, civil commotion, subrogate, fire, floods,
earthquakes, explosions, epidemics, strikes and quarantine restrictions by acts of God,(herein
after referred to as eventualities) then provided notice of the happening of any such
eventualities is given by either party to the other within two days from the date of occurrence
thereon, neither party shall, by reason of such eventualities be entitled to terminate this work
contract nor shall either party have any claim of damages against the other in respect of such
non performance or delay in performance. Performance of the work contract shall, however
be resumed as soon as practicable after such eventuality has come to an end.
________________________
_
Signature & Seal of the Bidder
Page 7 of 13
PART-III
SCHEDULE OF REQUIREMENT& ELIGIBILITY CRITERIA
SCHEDULE OF REQUIREMENT
S. NO PARTICULARS QTY.
1. BACK DROP
DIGITAL FLEX PRINT ON A FRAME MOUNTED PANEL FIXED ON SELF
SUPPORTING STANDS SIZE 20‟ X 12‟ WITH PROPER FOCUS LIGHTING
1 NOS.
2. WELCOME BOARD OUTSIDE THE BUILDING
DIGITAL FLEX PRINT ON A FRAME MOUNTED PANEL FIXED ON SELF
SUPPORTING STANDS SIZE 16‟X8‟
1 NOS.
3. WELCOME BOARD AT CONVENTION CENTRE ENTRANCE
DIGITAL FLEX PRINT & LOGO ON A FRAME MOUNTED PANEL FIXED ON SELF
SUPPORTING STANDS SIZE 10‟ X 8‟
2 NOS.
4. WELCOME BOARD OUTSIDE THE HALL
DIGITAL FLEX PRINT OF SIZE 6‟X3‟ FIXED ON ROLLUP STANDY
02 NOS.
5. PODIUM - DIGITAL FLEX PRINT INCLIDING FIXING PODIUM WITH REQUIRED
STAND ETC. SIZE 2‟X4‟
01 NOS.
6. DAIS NAME PLATES
DAIS NAME PLATES IVORY CARD BOTH SIDE NAMES WITH ACRYLIC STANDS
08 NOS.
7. ANCHOR FOR EVENT 1 NOS.
8. HOSTESSES FOR HALL MANAGEMENT AND REGISGTRATION DESK 6 NOS.
9. REGISTRATION/ HELP DESK / BAGGAGE COUNTER 1 NOS.
10. PARKING DIRECTION PANELS 4 NOS.
11. DIGITAL STILL PHOTOGRAPHY (ALL INCLUSIVE) ONE JOB
12. FLOWER ARRAGENMENTS AT DIAS, ENTERANCE OF CONVENTION CENTRE
AND CONFERENCE HALL AND 10 NOS. WELCOME BOUQUEST FOR VIP‟S
ONE JOB
13. LED SCREENS (P-3) FOR LIVE PROJECTION SIZE 8‟X 10‟ TO BE FIXED WITH
BOTH SIDES OF BACKDROP 02 NOS.
14. COMPLETE LIVE PROJECTION SYSTEM INCLUDING DIGITAL VIDEO MULTI
CAMERA UNIT (3 CAMERA WITH ONLINE EDITING TABLE INCLUDING
SWITCHER/ SPLITTER/ SCANNER ETC FOR SIMULTANEOUS LIVE PROJECTION
ON MULTIPLE SCREENS) WITH FULL PROFESSIONAL TEAM OF CAMERAMEN,
EDITOR, DIRECTOR & ASSISTANTS FOR NON STOP RECORDING & LIVE
PROJECTION INCLUDING DIGITAL TAPES & DVD TRANSFER
01 SET
15 LAPTOP COMPUTER (HI END) 01 NOS.
Page 8 of 13
16. GENSET POWER BACKUP (ALL INCLUSIVE) LUMPSUM
17. LUNCH ARRANGEMENT AND TEA / COFFEE
LUNCH MENU SOUP – TOMATO AND SWEETCORN
MENU: 04 VEGETABLES, 01 DAL, 2 NON-VEG, 1 RAITA/DAHI BHALLA, SALAD,
INDIAN BREADS, PLAIN RICE, ICE-CREAM, GULAB JAMUN, MOONG DAL
HALWA + WATER BOTTLES 200 ML
TEA/ COFFEE
MORNING 09:00 AM - TEA/COFFEE WITH BAKERY COOKIES – 1 SET
MORNING 10:45 AM - TEA/ COFFEE WITH BAKERY COOKIES, SANDWICH,
PANEER CUTLET – 2 SETS
EVENING 04:00 PM - TEA/COFFEE WITH BAKERY COOKIES, DHOLKA,
ASSORTED PAKORA – 2 SETS
ARRANGEMENT FOR REFRESHMENT TO VIPS SHALL ALSO BE ARRANGED
AS PER REQUIREMENT
MENU MAY SLIGHTLY BE CHANGED
200 PAX
ELIGIBILITY CRITERIA
1. The bidder should have done atleast three events in NDMC Convention Center at Jai
Singh Road, New Delhi – 110 001. Copy of proof for the same shall be provided with the
Technical Bid.
2. Copy of Certification of Incorporation, if any may be provided with the Technical Bid.
3. Bidder should provide copy of PAN card with the Technical Bid.
4. The bidder should not be Black listed by any State/central Government. An undertaking
to this effect is to be submitted in the format given in Annexure – I of the tender
document alongwith the Technical Bid.
5. Earnest Money Deposit (EMD) of Rs. 25000/- (Rupee twenty five thousand only) has to
be submitted in the form of Demand draft/ cheque drawn in favour of “STPI” payable at
New Delhi along with Technical Bid.
6. The bidder (if selected) shall execute the work as specified in the „‟Scope of Work‟‟ at
NDMC Convention Centre, Jai Singh Road, New Delhi-110 001.
__________________________
Signature & Seal of the Bidder
Page 9 of 13
Form A
TECHNICAL BID FORM
1. Name of the Company/Agency
2. Details
(i) Postal Address
(ii) Telephone No. the agency
(iii) Fax No. of the Agency
(iv) Email of the Agency
3. Details of authorized person* (s) :
* Authorized to sign on behalf of bidding agency
(hereinafter referred to as bidder):
4. Profile of the bidder (Attach brochure etc. of the
company, if any)
5. Details of at least three events done at NDMC
Convention centre (submit proof)
6. PAN of the bidder (submit copy)
7. Details of registration/incorporation of the bidder, if
any (submit proof)
8. Self attested certificate that the bidder have not been
blacklisted by the Central „Government/State
Government Offices/PSUs as per Annexure-I
I…………………………………..(designation)………………………of (Name of the Agency)……-
……………………………………………………………………………. hereby declare that the
information furnished by me is correct and also I accept the Terms & Conditions of the Tender
Document for “EVENTARRANGEMENT FOR NETWORKING WORKSHOP TO BE
HELD ON IBPS ON 03RD
OCTOBER 2016”.
Signature of the Bidder------------------------
Designation of the Bidder---------------------
Address------------------------------------------
Date:__________________
Place: _________________
NOTE
Please supply the information along with documentary evidence wherever applicable in this form (Each
page should be signed with date and stamp of the agency). However, if the space provided for any entry
is insufficient, give information in additional sheets as appendices, and give the number of appendices at
the appropriate place. All appendices must be signed with date and stamp of agency.
Page 10 of 13
ANNEXURE-I
DECLARATION
I/We hereby declare and confirm that (i) I/we have not been blacklisted or deregistered by any central/
state government department or public sector undertaking or any other organization and none of our
works had ever been terminated by client after award of contract, during last three years; and (ii) no
agent, middleman or any intermediary has been, or will be engaged to provide any services, or any other
item of work related to the award and performance of this Contract.
_________________________
Signature & Seal of the Bidder
Page 11 of 13
ANNEXURE-II
EMD FORWARDING LETTER
The Chief Administrative Officer
Software Technology Parks of India
9th
Floor NDCC-II Building
Jai Singh Road,
New Delhi-110 001.
Subject: Earnest Money Deposit for Bid no. ________________ dated …….
Dear Sir,
We, M/s__________________________________, having read and examined in detail the above said
bid document and amendments.
We, M/s _______________ hereby submit EMD of Rs._____________ (Rupees __________________
only) in the form of Demand Draft / Banker's Cheque. The details are as under:
a. Name of Issuing Bank: b. Demand Draft/ Banker's Cheque : c. Amount: d. Dated:
We, M/s __________________ having read and understand the clause no. 18 towards forfeit of EMD.
Yours sincerely,
Authorized signatory:
Name and title of Signatory:
Name of Firm:
Postal Address:
Page 12 of 13
Form - B
FINANCIALBID FORM
S. NO PARTICULARS QTY. RATE AMOUNT
1. BACK DROP
DIGITAL FLEX PRINT ON A FRAME MOUNTED
PANEL FIXED ON SELF SUPPORTING STANDS SIZE
20‟ X 12‟ WITH PROPER FOCUS LIGHTING
1 NOS.
2. WELCOME BOARD OUTSIDE THE BUILDING
DIGITAL FLEX PRINT ON A FRAME MOUNTED
PANEL FIXED ON SELF SUPPORTING STANDS SIZE
16‟X8‟
1 NOS.
3. WELCOME BOARD AT CONVENTION CENTRE
ENTRANCE
DIGITAL FLEX PRINT & LOGO ON A FRAME
MOUNTED PANEL FIXED ON SELF SUPPORTING
STANDS SIZE 10‟ X 8‟
2 NOS.
4. WELCOME BOARD OUTSIDE THE HALL
DIGITAL FLEX PRINT OF SIZE 6‟X3‟ FIXED ON
ROLLUP STANDY
02 NOS.
5. PODIUM - DIGITAL FLEX PRINT INCLIDING FIXING
PODIUM WITH REQUIRED STAND ETC. SIZE 2‟X4‟
01 NOS.
6. DAIS NAME PLATES
DAIS NAME PLATES IVORY CARD BOTH SIDE
NAMES WITH ACRYLIC STANDS
08 NOS.
7. ANCHOR FOR EVENT 1 NOS.
8. HOSTESSES FOR HALL MANAGEMENT AND
REGISGTRATION DESK
6 NOS.
9. REGISTRATION/ HELP DESK / BAGGAGE COUNTER 1 NOS.
10. PARKING DIRECTION PANELS 4 NOS.
11. DIGITAL STILL PHOTOGRAPHY (ALL INCLUSIVE) ONE JOB
12. FLOWER ARRAGENMENTS AT DIAS, ENTERANCE OF
CONVENTION CENTRE AND CONFERENCE HALL
AND 10 NOS. WELCOME BOUQUEST FOR VIP‟S
ONE JOB
13. LED SCREENS (P-3) FOR LIVE PROJECTION SIZE 8‟X
10‟ TO BE FIXED WITH BOTH SIDES OF BACKDROP
02 NOS.
14. COMPLETE LIVE PROJECTION SYSTEM INCLUDING
DIGITAL VIDEO MULTI CAMERA UNIT (3 CAMERA
WITH ONLINE EDITING TABLE INCLUDING
SWITCHER/ SPLITTER/ SCANNER ETC FOR
SIMULTANEOUS LIVE PROJECTION ON MULTIPLE
SCREENS) WITH FULL PROFESSIONAL TEAM OF
CAMERAMEN, EDITOR, DIRECTOR & ASSISTANTS
FOR NON STOP RECORDING & LIVE PROJECTION
INCLUDING DIGITAL TAPES & DVD TRANSFER
01 SET
15 LAPTOP COMPUTER (HI END) 01 NOS.
16. GENSET POWER BACKUP (ALL INCLUSIVE) LUMP
SUM
17. LUNCH ARRANGEMENT AND TEA / COFFEE
LUNCH MENU SOUP – TOMATO AND SWEETCORN
MENU: 04 VEGETABLES, 01 DAL, 2 NON-VEG, 1
200 PAX
Page 13 of 13
RAITA/DAHI BHALLA, SALAD, INDIAN BREADS,
PLAIN RICE, ICE-CREAM, GULAB JAMUN, MOONG
DAL HALWA + WATER BOTTLES 200 ML
TEA/ COFFEE
MORNING 09:00 AM - TEA/COFFEE WITH BAKERY
COOKIES – 1 SET
MORNING 10:45 AM - TEA/ COFFEE WITH BAKERY
COOKIES, SANDWICH, PANEER
CUTLET – 2 SETS
EVENING 04:00 PM - TEA/COFFEE WITH BAKERY
COOKIES, DHOLKA,
ASSORTED PAKORA – 2 SETS
ARRANGEMENT FOR REFRESHMENT TO VIPS
SHALL ALSO BE ARRANGED AS PER
REQUIREMENT
MENU MAY SLIGHTLY BE CHANGED
18 ADD: ANY OTHER CHARGES, IF ANY
19 TOTAL
IN WORDS
____________
__________
Declaration: I/We will abide by all the General Terms & Conditions and technical compliance as given in the bid document.
(Signature of the bidder/Authorized signatory on behalf of bidder) Name in Capital Letter………………………………………..
Date………………... Place………………….
Company Seal………………………………………………...