software technology parks of india1).pdf · software technology parks of india ... ministry of...

13
Page 1 of 13 Software Technology Parks of India (An autonomous Society under Govt. of India, Ministry of Electronics and IT) 9 th 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 03 RD 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 03 RD OCTOBER 2016and addressed to “The Chief Administrative Officer, Software Technology Parks of India, 9 th 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

Upload: vuongnhan

Post on 31-Mar-2018

219 views

Category:

Documents


3 download

TRANSCRIPT

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………………………………………………...