South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi Phone:

Similar documents
1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

for SUPPLY OF HP TONER CARTRIDGE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Procurement of Licences of Business Objects BI Platform

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

Ref. No. P&S/F.2/OR/198/ Date:

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

ICSI HOUSE, C-36, Sector-62, Noida

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

INDIAN INSTITUTE OF ENGINEERING SCIENCE AND TECHNOLOGY, SHIBPUR HOWRAH , WEST BENGAL. Advt. No. ARCH/PLAN GRANT/TENDER/01/

NIT No: Civil/IMSc/11/2015

ICSI HOUSE, C-36, Sector-62, Noida

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

Phone No

STATE BOARD OF TECHNICAL EDUCATION,RANCHI, JHARKHAND SHORT TENDER NOTICE - SBTE/01/2016

ICAR-Indian Agricultural Research Institute, New Delhi Tel No , Website:

UNIVERSITY OF PERADENIYA

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

ICSI HOUSE, C-36, Sector-62, Noida

INDIAN INSTITUTE OF SCIENCE BENGALURU

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

Tender No. AAI/CC/205/88/ / Date:

General Terms & Conditions

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

at 13:30 hrs

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

Maharashtra State Pharmacy Council E.S.I.S Hospital Compound, LBS Road, Mulund, Mumbai -

National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad

ICSI HOUSE, C-36, Sector-62, Noida

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/

OSMANIA UNIVERSITY HYDERABAD , INDIA

ODISHA STATE MEDICAL CORPORATION LIMITED (OSMCL) No. OSMC/ /SER-HR/02 (RE-BIDDING) Date:

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

/ :55 P.M :00 A.M.

NOTICE INVITING TENDERS

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

Central University of Rajasthan City Road, Kishangarh Distt. Ajmer Dated: 11 nd Feb, 2011

SUPPLY OF DIGITAL PHOTOCOPIER (20CPM) at RBI, GOMTI NAGAR, LUCKNOW ON RENTAL BASIS. LAST DATE: 14:00 Hrs on December 04, 2015

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

Aland Road, Kadaganchi Kalaburagi CENTRAL UNIVERSITY OF. Phone: KARNATAKA

Sub: Sealed Quotations for Supply of Clothlined Envelops

Tender for Printing of Individual Insurance Certificate

BASTAR VISHWAVIDYALAYA

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

Short Term E-tender Notice for Internet Lease Line

PENSION FUND REGULATORU AND DEVELOPMENT AUTHORITY. B-14/A, Chatrapati Shivaji Bhawan, Qutub Institutional Area, Katwaria Sarai, New Delhi

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

NOTICE: TENDER KISS DELHI

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

STATE LEVEL BANKERS COMMITTEE OF ANDHRA PRADESH

Notice Inviting E-Tender No. NC CHE & NC CHE KVA UPS

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM TO

GOVERNMENT OF INDIA. : Zoological Survey of India. Kolkata

Tender No. REC/Admin/ /e-bid()/Drum-Tonner/ Time schedule of various e-tender related events: : Rs. 5,000/- (Five Thousand Only)

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

NOTICE INVITING AUCTION FOR SALE OF SCRAP

Village Issapur, Najafgarh, Delhi NOTICE: TENDER - KISS DELHI

PRASAR BHARATI [INDIA S PUBLIC SERVICE BROADCASTER] COMMERCIAL & REVENUE DIVISION : DOORDARSHAN WORLI, MUMBAI TENDER NOTICE

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

NIT-14 /2017. Rate Contract for Laboratory Consumables Cost of tender Rs.1500/- (Non refundable)

Central University of Orissa

BID DOCUMENT. Providing Gardening Services at the Academy Campus

South Bengal State Transport Corporation (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur

रल इल क श फक शन क रप र शन ल मट ड

TENDER DOCUMENT SECURITY CONTRACT

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

Transcription:

INVITATION OF BIDS FOR SETTING UP A PHOTOCOPY CENTER AT SAU Tender No. SAU/SP/ICT/2018/8518 South Asian University (a university established by SAARC nations) Akbar Bhavan, Chanakyapuri New Delhi-110021 Phone: +91 11 24122512-13 www.sau.int

Contents Section 1... 2 Invitation to Bidders...... 2 Bid Procedure... 2 Section 2... 3 Requirements... 3 Photocopying & Other Arrangements... 3 Section 3... 4 Specific Conditions... 4 1. Eligibility Criteria of Bidders... 4 2. Earnest Money Deposit... 4 3. Performance Guarantee... 5 4. Prices... 5 Section 4... 6 General Conditions... 6 Annexure I...10 BID PROPOSAL SHEET... 10 Annexure II...12 COMPANY PROFILE... 12 Annexure III...13 EXPERIENCE DETAILS...... 13 Annexure IV...14 EVALUATION CRITERIA... 14 Annexure V..16 PRICE BID FORM.........16 Annexure VI. 18 CHECKLIST FOR SUBMISSION.18 Page 1

Section 1 Invitation to Bidders The South Asian University (SAU) is an International University sponsored by the eight Member States of the South Asian Association for Regional Cooperation (SAARC) viz. Afghanistan, Bangladesh, Bhutan, India, Maldives, Nepal, Pakistan and Sri Lanka. The SAU is proposing to set up a Photocopying Facility within its premises at Akbar Bhavan. Accordingly, proposals are invited from well experienced and qualified service providers/ contractors of repute capable of providing photocopying & related services at the South Asian University. Bid Procedure The bidder should submit the proposals in the following two parts along with a demand draft for Rs. 1000.00 in favor of South Asian University payable at New Delhi for the cost of the Bid Document: (a) Technical Bid Technical part should contain all such details as mentioned in the Bid Document (Annexures I, II, III and IV), including the pre-qualification documents mentioned in Section 3 of this tender and an Earnest Money Deposit of Rs. 10,000.00 (Rupees ten thousand only) in the form of FDR of any Indian Nationalized Bank taken in the name of South Asian University. (b) Financial Bid Financial part should contain the financial bid in the Bid Price Form (Annexure V) detailing all admissible taxes etc. These two parts should be submitted in separate sealed and appropriately superscripted envelopes. Type or print clearly Technical-bid/Financial-bid, due extended date 14 June 2018 and the vendor name/address on all the envelopes. Both the sealed envelopes shall be submitted in a larger envelope with vendor name and address and marked as BID FOR SETTING UP OF PHOTOCOPY CENTER AT SOUTH ASIAN UNIVERSITY and submitted to the Office of Assistant Registrar (S&P), South Asian University, Akbar Bhavan, Chanakyapuri, New Delhi-110 021 during normal office working hours up to 14 June 2018; 3:00 PM. Tenders will be opened immediately thereafter in the presence of the Candidates representatives. Interested parties may obtain the Bid documents from the University website. Page 2

Section 2 Requirements The University needs to provision a facility that will provide photocopying and related services such as lamination, binding, laser printing, etc. at its campus in Akbar Bhavan, Chanakyapuri, New Delhi-110021. The service provider/ contractor is required to install network/ laser printers, heavy duty photocopiers of reputed brands having all facilities including for set making, back to back photocopying, scanning etc. at their own cost in the campus. The service provider/ contractor shall have to provide copies on at least 75 GSM branded photocopying papers and any other materials or machines required. The University shall be responsible for providing the space to keep the photocopying machines and the power supply only. Everything other than this shall be the responsibility of the service provider at their own cost. Photocopying & Other arrangements The service provider/ contractor shall provide, inter-alia, the following services of photocopying in the Campus on an on-going basis: 1. Rate List of the facilities provided by the contractor will be displayed in the notice board at the place provided for the purpose. The University would constantly monitor quality and price of the services provided. 2. The service provider/contractor will use the print material/paper/ink/cartridge of acceptable standard and quality. 3. The service provider/contractor will maintain proper standard of cleanliness in and around the photocopy units. 4. The service provider/contractor shall keep adequate number of machines/equipments to bear the routine burden of the work at the photocopy units and would be responsible for their proper maintenance and upkeep. 5. All the machines shall be kept in working condition on all working days and the personnel manning the machines will be available for services during office hours or till the closure of administrative offices. 6. The service provider/contractor will install a network printer with facility to do user-based accounting for purposes of billing. 7. License fee of Rs. 2500 on a monthly basis will have to be paid by the service provider. 8. The service provider/contractor or his employees will not reside in the campus after the stipulated working hours. 9. The service provider/contractor shall engage sufficient manpower required for smooth functioning of the photocopying facility. Page 3

Section 3 1. Eligibility Criteria of Bidders Specific Conditions (a) The bidder should have adequate facilities, manpower and staff for providing the photocopy & related services. The bidder must provide a summary of equipments used and number of staff & supervisors available with the vendor. (b) The bidder should have sufficient experience in providing photocopying & related services such as printing, lamination, etc. Only registered and bonafide firms having adequate experience of at least three years in the relevant field of supply of these services to Academic Institutions/ International Organizations/ Government Organizations/Corporate Sector, etc. should quote. Documentary proof in this regard should be submitted. Present & past experience details should be provided in the format of Annexure III. (c) The bidder must have a minimum annual turnover of Rs. 5 lakhs during the last three years (Please attach proof). (d) The bidder must provide information about the Company in the format of Annexure II. (e) A firm having any legal suit/criminal case pending against its proprietor or any of its Directors (in the case of Private Ltd. Company) or having been earlier convicted on grounds of moral turpitude or for violation of laws in force shall not be eligible. Bidders must submit a selfdeclaration to this effect. 2. Earnest Money Deposit (a) Each bid must be accompanied by an Earnest Money Deposit of Rs. 10,000.00 (Rupees ten thousand only) in the form of DD of any Indian Nationalized Bank made in the name of South Asian University. (b) Quotations received without Earnest Money Deposit are liable to be rejected. (c) Earnest Money is liable to be forfeited and bid is liable to be rejected, if the bidder withdraws or amends or impairs or derogates from the tender in any respect within the period of validity of the tender. (d) The Earnest Money of unsuccessful bidder shall be returned within 30 days of the placement of the purchase order. No interest will be payable by SAU, New Delhi on the Earnest Money Deposit returned to the unsuccessful bidder. Page 4

3. Performance Guarantee (a) Performance guarantee of Rs. 10,000.00 in the form of DD, FDR may be deposited within 7 days of the purchase order in favour of South Asian University. The EMD of the successful bidder may be converted in to Performance Guarantee upon request of the bidder. (b) The Performance Guarantee should be valid for a minimum period of 14 months. (c) Performance Guarantee shall be released after two months on the satisfactory completion of the contract. No interest will be payable by SAU on the Performance Guarantee. 4. Prices (a) Rates quoted for different items at the photocopying facility should be exclusive of all taxes and statutory levies, if any. (b) In case any machine remains non-functional for a day (8 working hours), a penalty @ Rs.500/- per day per machine shall be imposed on the service provider. Page 5

Section 4 General Conditions 1. Cost of Bidding The Bidder shall bear all the costs associated with the preparation and submission of its bid, and the SAU will in no case be responsible or liable for these costs, regardless of conduct or outcome of the bidding process. 2. Bidding Document The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder s risk and may result in rejection of the bid. The bid proposal must be properly indexed and bound. Any loose document submitted by bidders will be rejected. The technical bid proposal must include the bid proposal sheet as per Annexure-I. The financial bid proposal must include the price bid form as per Annexure-V. 1. Clarification of Bidding Documents A prospective Bidder requiring any clarification from the SAU may do so before submission of bids. 2. Amendment of Bidding Documents a. At any time prior to the deadline for submission of bids, the SAU may, for any reason, whether on its own initiative or in response to the clarification requested by a prospective Bidder, modify, change, incorporate or delete certain conditions in the bidding document. b. All prospective Bidders who have received the bidding documents will be notified of the amendment in writing and the same will be binding on them. c. In order to allow prospective Bidders reasonable time to take into consideration the amendments while preparing their bids the SAU, at its discretion, may extend the deadline for the submission of bids. 3. Preparation of Bids a. Language of Bid: The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the SAU shall be in English only. b. Bid Currency: Prices shall be quoted in Indian Rupees only. Page 6

4. Period of Validity of Bids a. Bids shall be valid for 90 days from the date of bid opening. A bid valid for a shorter period shall be rejected by the SAU as non -responsive. b. In exceptional circumstances, the SAU may solicit the Bidders consent to an extension of the period of validity. The request and response thereto shall be made in writing. c. Bid evaluation will be passed on the bid prices without taking into consideration the above changes. 5. Deadline for Submission of Bids a. Bids must be received by the SAU at the specified address, not later than the time and date specified in the Invitation for Bids (Section 1). In the event of the specified date for the submission of Bids being declared as a holiday for the SAU, the bids will be received up to the appointed time on the next working day. b. The SAU may, at its discretion, extend this deadline for submission of bids by amending the bid documents, in which case all rights and obligations of The SAU and Bidders subject to the deadline will thereafter be subject to the deadline as extended. c. Any bid received by the SAU after the deadline for submission of bids prescribed by the SAU will be rejected and/or returned unopened to the Bidder. 6. Withdrawal of Bids a. The Bidder may withdraw their bid after the submission, provided that the SAU receives written notice of the withdrawal, prior to the deadline prescribed for submission of bids. b. In case the Bidder wants to withdraw, the Bidder s withdrawal notice should be prepared, sealed, marked and dispatched to the SAU in original. c. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of the bid validity specified in the Bid document. Withdrawal of a bid during this interval shall result in the Bidder s forfeiture of bid security. 7. Bid Opening a. The bids will be opened as per schedule mentioned in Section 1. b. Bids will be opened in the presence of Bidders or their representatives, who chose to attend on the specified date and time. 8. Clarification of Bids During evaluation of bids, the SAU may at its discretion, ask the Bidder for clarification of its bid. 9. Contacting the SAU a. No Bidder shall contact the SAU on any matter relating to its bid, from time of opening to the time the contract is awarded. If Bidder wishes to bring additional information to the notice of the SAU, he should do so in writing. The SAU reserves the right as to whether such additional information should be considered or otherwise. Page 7

b. Any effort by a Bidder to influence the SAU in its decision on bid evaluation, bid comparison or contract award may result in disqualification of the Bidder s bid and also forfeiture of his bid security. 10. Award of Work a. The SAU will award the work to the Successful bidder, whose bid has been determined as the lowest evaluated bid. The Successful Bidder will be notified in writing & The Bidder will confirm the same in writing. The decision taken by the SAU in the process of Tender evaluation will be full and final and binding on all the bidders. b. The SAU is not bound to accept the lowest or any tender or to assign any reason for non-acceptance. The SAU reserves the right to accept the tender either in full or in part. Conditional tenders will be rejected outright. c. The SAU reserves the right to summarily reject an offer received from any agency on national security considerations, without any intimation to the bidder. d. The SAU reserves the right to place an order for the full or part quotations under any items of work mentioned in the scope of work. 11. Corrupt or Fraudulent Practices The SAU requires that the Bidders under this tender observe the highest standards of ethics during the procurement and execution of such contracts. In pursuance of this policy, the SAU a. Defines for the purposes of this provision, in the terms set forth as follows: Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of any SAU official in the procurement process or in contract execution; and Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or an execution of a contract to the detriment of the SAU and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the SAU of the benefits of the free and open competition. b. Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. c. Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract. d. The past performance of the Bidder will be crosschecked if necessary. If the facts prove the same to be dubious, the Bidders tender will be ineligible for further processing. 1. Interpretation of the Clauses in the Tender Document / Contract Document In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the Contract Document, the SAU's interpretation of the clauses shall be final and binding on all parties. Page 8

2. Payment Schedule The payment for any service requested for by the University administration will be made within 30 days of billing. 3. Delay in the Bidder's performance If the supplier fails to deliver any or all of the goods or complete the installation within the period specified in the purchase order, SAU shall without prejudice to its other remedies, deduct as liquidated damage 0.5% of the price of the delayed goods for every week or part thereof subject to a maximum of 5% of the order value. The amount towards Liquidated Damage would be recovered while making the initial payment itself. Undue delay by the Bidder in the performance of its contract obligations shall also render the Bidder liable to any or all of the following sanctions: 4. Penalty Clause i) Forfeiture of its security deposit. ii) Termination of the Contract for default. In case of failure to provide services after the acceptance of purchase order, Earnest Money Deposit and/or Performance Guarantee will be forfeited of the defaulting bidder and the supply order shall be placed with the next bidder who has quoted the next lowest rates at the risk and cost of the defaulting bidder and difference, if any, between the total cost of the materials shall be chargeable to the defaulting bidder. In case the defaulting bidder fails to pay the differential cost, legal action shall be taken against the defaulting bidder. 5. Resolution of Disputes The matter regarding any dispute shall be referred for arbitration to any Officer appointed by the President SAU, whose decision shall be binding and final. 6. Taxes and Duties The University will pay the GST and liable to get reimbursement from Government later. 7. Binding Clause All decisions taken by the SAU regarding the processing of this tender and award of contract shall be final and binding on all concerned parties. 8. Copyright The Successful Bidder will hand over all the code, graphics, templates, etc., developed or used in connection with the execution of this work, to the South Asian University for the purpose of copyright and intellectual ownership. 9. The SAU reserves the right: To verify, modify, revise, amend or change any of the terms and conditions mentioned above or to reject any or all the tender/s without assigning any reason whatsoever thereof or may terminate the tender process midway without assigning any reason. Page 9

Annexure I BID PROPOSAL SHEET Bidder s Proposal Reference No. & Date: Bidder s Name & Address: Person to be contacted: Designation: Telephone No.: E-mail Id: To The Asst. Registrar (S&P) South Asian University Akbar Bhavan, Chanakyapuri New Delhi 110021 Subject: Setting up of Photocopy Center at SAU Sir, We, the undersigned Tenderers, having read and examined in detail the specifications and scope of the work as specified in the bidding documents in respect of Setting up of Photocopy Center at SAU, do hereby propose to provide the solution as per requirement in the bidding document. PRICE AND VALIDITY All the prices mentioned in our proposal are in accordance with the terms as specified in bidding documents. All the prices and other terms and conditions of this proposal are valid for a period of 180 calendar days from the last date of submission of bids. EARNEST MONEY We have enclosed the required earnest money in the form of a DD/FDR no. on. drawn DEVIATIONS We declare that all the services shall be performed strictly in accordance with the Technical specifications mentioned in the Tender document. No Technical deviation will be acceptable and any technical deviation is liable to the rejection of tender. BID PRICING We further declare that the prices stated in our proposal are in accordance with your Terms & Conditions in the bidding document. Page 10

QUALIFYING DATA We confirm that we satisfy the qualifying criteria and have attached the requisite documents as documentary proofs. In case you require any further information/documentary proof in this regard during evaluation of our bid, we agree to furnish the same in time to your satisfaction. We hereby declare that our proposal is made in good faith, without collusion or fraud and the information contained in the proposal is true and correct to the best of our knowledge & belief. We understand that the South Asian University is not bound to accept the lowest or any bid that it may receive. Thanking you, Yours faithfully, (Authorized Signatory) Date: Place: Business Address: Name: Designation: Seal: Page 11

Annexure II COMPANY PROFILE Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information. S.No. Item Details 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Name of Firm/Contractor Owner/Partner Mailing Address Telephone and Fax numbers Year of Commencement of Business Name and designation of the person authorized to make commitments to the University Contact details of the person authorized to make commitments to the University PAN No. Manpower details Service tax Registration Number Billing in last three years I hereby certify that the information furnished above is full and correct to the best of my knowledge. Signature (Name and Designation) Date: Page 12

Annexure III EXPERIENCE DETAILS Experience/Details of operation at present and in the last 3 years (at least two current & two past contracts) Name of the Firm/Contractor S.No. Name of Client Period of Contract Clients contact Details (including name, email phone no. and address) Value of the Contract (in terms of billing per annum) Remarks 1. 2. 3. 4. 5. I hereby certify that the information furnished above is full and correct to the best of my knowledge. Signature (Name and Designation) Date: Page 13

Sl. No. Evaluation Criteria Particulars Minimum Criteria Bidder Offer 1 No. of service contracts executing at present 2 No. of service contracts executed in the last 3 years 3 No. of service contracts successfully executed at academic/ educational institutes with more than 300 student population 4 Quality of machines to be used i. Photocopy machine Should be capable of heavy duty printing with sufficient range of reduction and enlargement, 30-34 pages per minute, duplex type, option for both colour and black & white printing, should use dry toner ii. Laser printing Should have one or more network enabled printer have an option for automatic duplex printing with options for both colour and black & Max. Marks ANNEXURE IV Evaluation Criteria 1 contract 20 Firm with 1 contract = 10. Firms with more than 1 and up to 3 contract=15. Firms with more than 3 contract = 20. 2 contract 20 Firms with 2 contracts = 10. Firms with more than 2 and up to 5 contract = 15. Firms with more than 5 contracts = 20. 2 contract 20 Service contract 2 = 10. 10 10 Service contracts 3-5 = 15. Service contracts more than 5 = 20. Page 14

iii. Laminating machine white printing, paper size A-5 to A- 3 Should have an option to laminate all sizes of paper iv. Scanner Should have an option to scan all sizes/varieties of paper v. Computers with internet facility 5 Stationery items available Should have an option to print, copy document available on the internet by providing links only 5 5 5 5 Page 15

PRICE BID FORM Annexure V Prices for setting up of a photocopy center at the South Asian University, as specified in the bidding document. Bidder's Name & Address To, Assistant Registrar (S&P) South Asian University Akbar Bhavan, Chanakyapuri, New Delhi-110 021 Charges for setting up & provisioning photocopying & related services in the University campus 1. Kindly quote rates of each category/size stated below. Item Description Photocopying Black Rate in INR (in figures) A4 single side A4 back-to-back (per side) A3 single side A3 back-to-back (per side) Legal single side Legal back-to-back (per side) Colour A4 single side A4 back-to-back (per side) A3 single side A3 back-to-back (per side) Legal single side Legal back-to-back (per side) Laser Printing Black A4 single side A4 back-to-back (per side) Page 16

A3 single side A3 back-to-back (per side) Legal single side Legal back-to-back (per side) Colour A4 single side A4 back-to-back (per side) A3 single side A3 back-to-back (per side) Legal single side Legal back-to-back (per side) Lamination A4 A3 Legal Binding Spiral (upto 250 Pages) -A4 Soft -A4 Hard A4 Spiral (upto 250 Pages) A3 Soft A3 Hard A3 Scanning A4 per side A3 per side 1. Tax, if any, may be mentioned in percentage separately here: Signature (Name and Designation) Date: Page 17

Check list for submission of bid ANNEXURE V 1. Earnest Money Deposit DD/FDR dully released of Rs. 10,000.00 2. Company Registration Number and Shop Act Registration Number (SAR) as applicable (attach attested copy of certificate). 3. GST Registration (attach attested copy). 4. Permanent Account Number (attached attested copy). 5. Company Profile. 6. Details of previous experience (attach attested order copy). 7. Filled in all annexures appropriately as per the bid instructions. 8. Technical bid (From Annexure I to IV) and Financial/Price bid (Annexure V) sealed separately and both bids are submitted in a large sealed cover with proper reference to the bids. Page 18