INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED)

Similar documents
Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

Software Technology Parks of India Noida

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

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

TENDER DOCUEMNTS FOR SUPPLY OF CONTAINER SEAL [ONE TIME LOCK]

RE-TENDER BID DOCUMENT

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS

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

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

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

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

CENTRAL UNIVERSITY OF RAJASTHAN NH-8 Jaipur-Ajmer, Bandarsindri, Kishangarh, Dist. Ajmer

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

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

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

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

Quotation for Renewal of TrendMicro Officescan Antivirus Licenses

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

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

Notice Inviting Tender for Printing of Accounts Manual of APDCL

(Web Advertisement) TENDER NOTICE

DATED: DUE ON

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

MCED KOLHAPUR MAHARASHTRA CENTRE FOR ENTREPRENEURSHIP DEVELOPMENT 315/E DATTAJI CHEMBERS, NEAR HOTEL MARATHA REGENCY, NEW SHAHUPURI KOLHAPUR

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

Central University of Orissa

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR

Tender. For UPS. All India Institute of Medical Sciences, Jodhpur

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

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

BHARAT HEAVY ELECTRICALS LIMITED

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

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

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

Procurement of Licences of Business Objects BI Platform

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

Software Technology Parks of India Tender document for disposal of Scrap at STPI Patna TENDER DOCUMENT

CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise) for the

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

TENDER FORM. (To be submitted along with technical bid)

LIMITED TENDER ENQUIRY

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

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

TENDER FOR COMPUTER WORKSTATION FOR THE INSTITUTE AT OKHLA PHASE-III, NEW DELHI (Tender no. IIITD/S&P/IT/Computer Workstation/30/ )

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

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 27/01/2017. For Supply of

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

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

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

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

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for

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

Ph No ; LIMITED TENDER ENQUIRY No.BNPM/LTE/SICK Sensor/616/

Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension, Kolkata Tender Enquiry

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

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

Ph no /182; LIMITED TENDER ENQUIRY No: BNPM/LTE/BATTERY/936/

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

NIT NO: 25/OMC/ MAT/16 Dated: NOTICE INVITING TENDER SUPPLY OF BIO METRIC ATTENDANCE SYSTEMS FOR OMC LTD.

REF. NO. F.11 (26)/BTC/PUR/Cubical Cage/ /66 Dated: TENDER DOCUMENTS (NON-TRANSFERABLE)

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

TENDER DOCUMENT FOR ANNUAL MAINTENANCE CONTRACT OF PROJECTORS AT AMBEDKAR UNIVERSITY DELHI

Deionizing Water Purifier

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

No. CUK/Tender/ /FW Renewal/4 Date: TENDER NOTICE FOR RENEWAL LICENSE OF CYBEROAM CR750IA UTM FIREWALL THROUGH E-PROCUREMENT MODE

Rajasthan Drugs & Pharmaceuticals Limited (A Govt. Of India Enterprise) Road No.12, VKI Area,Jaipur

No. D-19016/20/2008-Gen. I Government of India Planning Commission General Branch-I. Yojana Bhavan, New Delhi Dated :

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

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

SATYAJIT RAY FILM & TELEVISION INSTITUTE E. M. Bypass Road Panchasayar Kolkata TENDER NOTIFICATON

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III Near Govindpuri Metro Station New Delhi

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

Tender Notice. Tender no. : SIC/HO/TISDC/AU/12-11 Date: 6 th July, 2012

A. Scope of work: Supply of SMF Battery and vent plugs as per the list of requirements.

UNIVERSITY OF ALLAHABAD

Special Instructions:- To,

Tender Notice. Tender no. : SIC/HO/TISDC/AU-18 Date : 9 th May, 2012

AIRPORTS AUTHORITY OF INDIA ATS COMPLEX COCHIN INTERNATIIONAL AIRPORT COCHIN Ref: AAI/CIA/IT/Projector/2018 Date:

Bharat Heavy Electricals Limited

Tender Notice. Tender no. : SIC/HO/TID/DI/15-28 Date: 25 th May, 2015

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

E-Tender Document for Procurement of Internet Services for CERT-In

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017

Quotation document for supply, installation and commissioning of Different Hardware and/or Software

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

Software Technology Parks of India Tender document for disposal of E-Waste of STPI Ranchi TENDER DOCUMENT

Ph No ; ENQUIRY No. BNPM/LTE/ Pressure Reducing Valve Spare Parts/658/

TENDER DOCUMENT (Tender No. STPIN/PUR/QUO/12-13/13 dated: )

&K STATE AGRO INDUSTRIES DEVELOPMENTCORPORATION LTD. 7, ROMESH MARKET, SHASTRI NAGAR, JAMMU

Transcription:

INTELLIGENT COMMUNICATION SYSTEMS INDIA LTD. (ISO 9001:2008 CERTIFIED) (Joint Venture of TCIL A Govt. of India Enterprise & DSIIDC (An Undertaking of Delhi Govt.) REQUEST FOR QUOTATION (RFQ) For SUPPLY & INSTALLATION OF UPS (Ref. No. :-ICSIL/01/199/V-I/2016-17 Date: 17-03-2017) Closing Date & Time of Proposal Submission 31-03-2017 at 03.00 PM Administrative Building, 1st Floor, Above Post Office, Okhla Industrial Estate Phase- III, New Delhi -110020 Phone: 26929051, 26830338, Fax: 26830347, e-mail: quotations@icsil.in, Website: www.icsil.in

REQUEST FOR QUOTATIONS Intelligent Communication Systems India Ltd. (ICSIL) is a joint venture of Telecommunication Consultants India Ltd. (TCIL), a govt. of India enterprise, under Ministry of Communications & IT and Delhi State Industrial and Infrastructure Development Corporation (DSIIDC), an undertaking of Delhi government. From 1987, the year of its inception, it has provided exemplary service in the IT sector, specializing in providing complete solutions in computerization, networking and telecommunication. With a wellfocused vision and a global mission, ICSIL look at greener pastures across the globe. ICSIL invites quotation from OEM /Certified partners of OEM, for Supply & Installation of UPS in two bid system, as per specification mentioned at Annexure B for a department of Government of NCT Delhi. Agencies are requested to submit their quotes as per format of BOQ attached. RFQ Notifications: Name of the Project Work Supply & Installation of UPS Scope of Work Supply & Installation of UPS along with Three year warranty RFQ Ref. No. & Date Availability of Tender document Nature of RFQ Earnest Money Deposit ICSIL/01/199/2016-17/V-I Date 17-03-2017 ICSIL WEBSITE www.icsil.in Open Rs. 6,000/-, by Demand Draft in favor of Intelligent Communication Systems India Ltd. payable at New Delhi Offline. ICSIL Website www.icsil.in Bidding System : Two stage bidding system shall be followed, Part I shall be Techno-Commercial Offer Part II shall be the Price Offer. Date of issue of RFQ documents 17-03-2017 Page 2 of 13

Contact Person Email id for clarifications on RFQ Submission of RFQ Last date and time for submission of Quotations Mr. Sanjay Prakash C.no-011-26929051 quotations@icsil.in Tender box kept at Reception, Intelligent Communication Systems India Ltd., Okhla Phase III, New Delhi- 110020 31-03-2017 at 03:00 PM Date of Opening of Tender: Award Criteria 31-03-2017 at 03:40 PM) Lowest Price Quotation (L1) among Technically and Financially qualified agencies ELIGIBILITY CRITERIA:- The bidder shall fulfill the following eligibility criteria: S.no. Qualification Required Documents 1. The bidder should be registered as a company in India as per the Companies Act, 1956 or amended as on date and should have been in operation for a period of at least 3 years as on date of publication of this notice. 2. The Bidder should be an established Original Equipment Manufacturer (OEM) or Authorized Business Partner of OEM for similar Products. Bidder, if is an Authorized distributor, required to submit an original letter of Manufacturer Authorization Form (MAF) on ICSIL s name for the UPS and if OEM than they required to submit an undertaking for the same. Copy of Certificate of Incorporation issued by the Registrar of Companies along with copies of Memorandum and Articles of Association are to be submitted along with Technical bid Copy of original letter of Manufacturer Authorization Form (MAF) on ICSIL s name for the UPS and if OEM than they required to submit an undertaking for the same. 3. The bidder should have of VAT & Central Sales Tax certificate in its name. Copy of D- VAT & CST registration. 4. The bidder should submit PAN & Service Tax registration in its name. Copy of PAN & service tax Page 3 of 13

5. The Company should be an ISO 9001:2000 or higher certified Company 6. A self-certificate that the bidder has not been black listed by any department/autonomous body/psu of the Central/State Government/ Private or any agency in India and abroad. 7. Average Annual Financial Turnover during the last three years, ending 31 st March 2016, should be at least 10 Lakhs. 8. The bidder should have net profit (after tax) for at least one financial year in the last three financial years ending 31st March 2016 as per audited accounts. 9. Experience of having successfully completed similar work/supplies during the last 3 years ending 31 st March 2016 as per following below:- Two similar work/supply orders consisting not less than the amount of Rs. 90 Thousand each. Or One similar work/supply orders consisting not less than the amount of Rs. 1.5 lakhs. Copy of ISO Certificate Self-attested declaration. (Please submit Annual Report CA certified Balance Sheet and Profit & Loss Account) for the last three financial years). Documentary proof should be attached (Please submit copy of Work/Purchase Order and Satisfactory Completion Certificate from the Client). Similar order means Supply & Installation of Hardware items and its peripherals EMD to be paid by Demand Draft should be in favor of 10. Intelligent Communication Systems India Ltd. payable at New Delhi. Tenders without Earnest Money are liable be rejected. Parties exempt as per MSME or NSIC Registered parties. In such cases, the certificate to be submitted by the MSME, NSIC Registered parties and shall be valid on the date of tender opening and must cover the nature of works for which tender is invited. 11. Power of Attorney in favour of person authorized to sign the tender document. Demand Draft should be in favor of Intelligent Communication Systems India Ltd. payable at New Delhi. Original copy of power of Attorney Note: Bidder must provide necessary supporting documents as proof in respect of the eligibility criteria mentioned above. Page 4 of 13

Instructions to Bidder 1. The details as called for in the bidding documents shall be filled and completed by the Bidders in all respect and shall be submitted with requisite information and Annexures. 2. The bidding document that is downloaded shall be submitted off-line as per the procedure stipulated in the tender document. The bidding document shall not be transferred to any other agency. 3. Although all details presented in this bid documents have been complied with all reasonable care, it is the Bidder s responsibility to ensure that the information provided is adequate and clearly understood. 4. ICSIL shall be free to engage in discussions or negotiations with the bidder concerning the terms of their respective bids at all time prior to execution by both parties of the Contract. 5. ICSIL may at any time by written order given to the Supplier make changes within the general scope of the contract in any one or more of the following:- a. Supply to be provided by the supplier. EMD (Earnest Money Deposit) 6. The Earnest Money Deposit (EMD) of Rs. 6000 /- is required to be deposited by Demand Draft in favor of Intelligent Communication Systems India Ltd. payable at New Delhi or Bank Guarantee in the prescribed format from a Scheduled Bank from its branch at Delhi/New Delhi shall be submitted along with the tender. 7. Parties as per MSME act, 2006/NSIC registered parties. In such cases, the certificate to be submitted by the MSME /NSIC registered parties shall be valid on the date of tender opening and must cover similar nature of works for which tender is invited. 8. The EMD of the unsuccessful bidder will be discharged/ returned as promptly as possible without any interest. 9. Tenders received without EMD shall be summarily rejected. 10. The EMD may be forfeited, if at any point of time it is found that the bidder has made a statement which is factually incorrect/wrong or if the bidder doesn t fulfill any of the contractual obligations, ICSIL may take a decision to cancel reject/terminate the contract with immediate effect, forfeit the EMD deposited by the bidder. 11. The EMD of the successful bidder will be returned after submission of Performance Bank Guarantee as defined in this Tender Document and obtaining confirmation thereof from the issuing bank in acceptable form. Evaluation Criteria Since the work involved is Supply & Installation of UPS and The Bid Evaluation will be carried out in 2 stages. 1. In the first stage only check EMD, Eligibility Bids and Technical Evaluation. Page 5 of 13

a. When deemed necessary, ICSIL may seek clarifications on any aspect of their offer from the vendor. b. ICSIL will have the right to disqualify any/all bidders if it is found that the bidder has provided false/incorrect information and/or the clients provide an adverse feedback about the bidder 2. In the second stage, who fulfill the eligibility criteria and Technical Evaluation i.e. Price bids will be opened. SCOPE OF WORK Supply & Installation of UPS along with Three year warranty. PAYMENT TERMS: Payment will be released on back to back basis i.e. after receipt of payment from client department. 1. 80% payment of Purchase Order will be paid on supply of 100% material at client site and invoices submitted as per the contract scope certified by the ICSIL s client and ICSIL official. 2.10% payment of Purchase Order will be paid against the invoice submitting after successful completion of Installation and satisfactory installation report duly signed and verified from the client. 3. 10% balance payment will be paid after completion of 3 years comprehensive warranty period on UPS. 4. Document to be submitted for payment: 4.1 Delivery Challan of OEM. 4.2 Invoices in Triplicate, 4.3 Insurance copy. 4.4 Original Delivery challan for all items duly certified by Authority i.e. ICSIL/ ICSIL s client / Successful bidder. The content/hardware specifications will be checked by the above authorities at the time of physical installation of the items at site. 4.5 Satisfactory Report of installation duly certified by Authority i.e. ICSIL s client / Successful bidder. 4.6 Warrantee certificate of the equipment supplied, supported by OEM Delivery Schedule and Commissioning 1. The Successful bidder shall notify the Purchaser about the delivery of the goods to the Delivery Site one week in advance of the expected date of complete delivery. 2. Complete Delivery of the Goods/Material at Clients site shall be completed by the Successful bidder within 03 (Three) weeks from the date of Award of Contract. 3. Installation of complete material should be completed within 1 (one) weeks after the completion of delivery schedule mentioned above. Page 6 of 13

Comprehensive Warranty:- 1. The Bidder shall provide the Comprehensive Warranty for the working of the UPS for a period of 36 months from the date of Installation. 2. The Bidder shall be fully responsible for the manufacturer s warranty in respect of proper design, quality and workmanship of all installed equipments. Successful bidder must warrant all equipments, against any manufacturing defects during the warranty period. 3. The comprehensive on-site warranty, covering replacement of all unserviceable/ defective parts including software, for a minimum of Thirty Six Months period starting from the date of installation. 4. During the warranty period, any equipment fails to function properly four or more times during a quarter due to OEM stops spare support or any reason except Force Majeure event, the Successful bidder shall arrange replacement of the same by new equipment of similar specification or higher configuration, at no additional cost to the ICSIL s Client. 5. The Successful bidder shall hand over warranty certificate along with manuals from OEM of the materials/ equipments as applicable. Liquidated Damages 1. In case the Supplier fails to supply the goods and perform the Services within the time period specified in this tender, the Purchaser shall, without prejudice to its other remedies under the Contract deduct from the Contract Price, as liquidated damages, a sum equivalent to: 2. If there is delay in the supply & installation of the items, supplier will be liable to pay LD @ 0.5 % of the order value per week of delay or a part thereof, up to a maximum amount of 10% of order value, after which the order is liable to be cancel. 3. LD can be recovered from any dues of the Supplier. 4. The same shall be procured from other suppliers at the cost and risk of the Supplier and the excess money will be recovered from any dues of the party. Force Majeure: If any time, during the continuance of this contract, the performance in whole or in part by either party under obligation as per this contract is prevented or delayed by reasons of any war or hostility, act of the public enemy, civil commotion, sabotage, fire, flood, explosion, epidemic, quarantine restrictions, strike, lockout or acts of God (hereinafter referred to eventuality ), provided notice of happening of any such eventuality is given by either party to the other within 21 days of the date of occurrence thereof, neither party shall be reason of such an eventuality be entitled to terminate this contract nor shall either party have any claim or damages against the other in respect of such non-performance or delay in performance and deliveries under the contract. The contract shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist. In case of any dispute, the decision of CMD, ICSIL, shall be final and conclusive, provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any such eventuality for a period exceeding 60 days, either party may at its option, terminate the contract. Provided also that if the contract is terminated under this Page 7 of 13

clause the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the Purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and other stores in the course of manufacture which may be in the possession of the Supplier at the time of such termination, or such portion thereof as the Purchaser may deem fit except such material, as the Supplier may, with the concurrence of the Purchaser, elect to retain Applicable Law: 1. This contract shall be interpreted, construed and governed by the laws of the Republic of India and the parties hereby submit to the exclusive jurisdiction of the Court at Delhi and to all Courts at Delhi having jurisdiction in appeal there from. 2. Any dispute in relation to the contract shall be submitted to the appropriate Court of the Republic of India for determination. The parties to the contract shall continue to fulfill their respective obligations under the contract during the currency of the contract pending the final decision of the Court. Sub-Letting The Bidder cannot assign or transfer and sub-contract its interest/ obligations under the contract without prior written permission of the Purchaser. Paying Authority Manager (F&A) ICSIL, Okhla Phase -3 NEW DELHI-110020. Consignee To be intimated at the time of issue of Purchase Order/Work Order. Inspection Authority To be intimated at the time of issue of Purchase Order/Work Order. Performance Bank Guarantee (PBG) i. The bidder shall be required to furnish PBG for a value equivalent to 10% of Purchase Order value within 10 days of issue of Purchase Order in the form of BG in favor of Intelligent Communication Systems India Ltd, New Delhi, Payable at New Delhi in the prescribed ICSIL format from a scheduled bank in India from the branch of bank in Delhi. ii. The PBG shall be valid up to a period of 90 (Ninety days) beyond the date of completion of warranty period. iii. The Performance Security will be discharged by the Purchaser after 90 days of completion of the Supplier s obligations including warranty obligations under the contract. Page 8 of 13

iv. Performance security shall be forfeited by ICSIL in the event of Successful Bidder failure to complete its obligations under the Contract or breach of contract conditions. This may be in addition to the application of Penalties which ICSIL may recover. v. No interest shall be payable on the performance bank guarantee. Note:- a. All incidental charges whatsoever such as premium; commission etc. with respect to the performance bank guarantee (PBG) shall be borne by the bidder. If the project implementation period is delayed, the PBG shall be extended by the bidder for such additional duration b. The performance bank guarantee may be discharged/ returned by ICSIL upon being satisfied that there has been due performance of the obligations of the bidder under the agreement. However, no interest shall be payable on the performance bank guarantee. VALIDITY PERIOD OF THE OFFER Validity period of the offer must be for six months from the date of Opening of Price Quotation. Bid Submission: The bid shall be submitted in accordance with the procedure detailed herein. Specified documents shall be enclosed in envelope of appropriate size each of which shall be sealed. 1. Envelope No.1 Shall contain the EMD as indicated in clause 10 in Eligibility criteria of these instructions to bidders. 2. Envelope No.2 Shall contains all the information and documents in the same serial order as shown in the techno-commercial bid. A covering letter also may accompany the technical bid. 3. Envelope No.3 shall contain the rates / prices of the items duly filled in (schedule of rates) and signed and stamped. The bidder must fill up quoted price against item in the spaces provided in the respective columns. Price should not be indicated in any of the documents enclosed in envelope 1 and / or 2. All the above envelopes shall bear the Name of the Work as described in the Notice inviting tenders i.e. Supply & Installation of UPS along with Tender Number due date and time and shall be sealed in a fourth envelope (fourth envelope also should bear the name of the work as described above along with tender number, due date and time) and addressed to Intelligent Communication Systems India Ltd. Okhla Industrial Estate Phase 3, New Delhi and must reach on or before 31.03.2017 by 3.00 P.M Page 9 of 13

TAXES: I. Payment of taxes and other applicable Government taxes/duties will be made according to the rules and regulations as existing on the date of the payment. II. All payments shall be subjected to tax deduction at source if applicable at the prevailing tax rates. III. OEM or Certified partners of OEM must have registered with Delhi Value Added Tax Authority for raising invoice to us. IV. OEM or Certified partners of OEM Charge D-VAT only in the Invoice instead of CST (Central Sales Tax) Penalty & Termination due to Non-Fulfillment of Tender Terms: 1. ICSIL expects proper service support during warranty period. The system/equipments should be set right within 24 hours of reporting the complaint. In case the system /equipment is down for more than 2 working days and no substitute is provided by the vendor, a penalty of Rs. 150.00 per day may be charged. If such case reported four times in a year, ICSIL may terminate the contract and replace the faulty system and make good the proportionate loss from bank guarantee. Vender should respond within 24 hrs to request made by the Client to provide necessary data to client. 2. Such penalty may be recovered from the amount payable to the vendor the amount charged as penalty. 3. Such penalty may be recovered from the amount payable to the bidder. In case fault in equipment or in system not set right within 10 days from the date of fault then ICSIL/ICSIL s client may get it repaired or replaced to make it functional from any other agency and its cost will be adjusted from the Successful bidder pending bills/security deposit or recovered from the Supplier. 4. The Supplier shall not retract from the responsibilities under this tender once the Contract is signed. However, in the unlikely case of violation, the Purchaser will be at liberty to forfeit the Contract Performance Bank Guarantee/Performance Security and make recoveries from the firm besides initiating legal proceedings against the firm. AWARD OF WORK: 5. The technically & commercially acceptable lowest (L1) Tenderer shall be issued Work Order/Purchase Order (WO/PO) prior to expiry of Tender Validity. Bidder shall confirm acceptance by returning a signed copy of WO/PO. 6. ICSIL shall not be obliged to furnish any information/ clarification/ explanation to the unsuccessful bidder as regards non-acceptance of their tender. 7. ICSIL shall be free to engage in discussions or negotiations with the bidder concerning the terms of their respective bids at all time prior to execution by both parties of the Contract. Page 10 of 13

Termination of contract for default 1. Without prejudice to any other remedy available for the ICSIL/ICSIL s Client for levying penalty or any other remedy, the purchase order / contract will be liable for termination in part or whole if bidder fails to fulfill any of its obligations under the contract. ICSIL will give 10 days notice to bidder before terminating the contract. a. If the Supplier fails to deliver any or all of the Goods within the time period(s) specified in the Contract/PO; or b. If the Supplier fails to perform any other obligation(s) under the Contract. c. Non satisfactory performance / breach of contract will result in termination of the contract as mentioned in the terms and conditions d. If the Supplier, in either of the above circumstances, does not remedy his failure within a period of 15 days (or such longer period as the Purchaser may authorize in writing) after receipt of the default notice from the Purchaser. e. On a notice period of 30 days 2. In the event the Purchaser terminates the contract in whole or in part pursuant to above para the Purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the Supplier shall be liable to the Purchaser for any excess cost for such similar goods. However, the Supplier shall continue the performance of the contract to the extent not terminated. 3. The Purchaser, may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the Supplier, terminate this contract in whole or in part. 4. ICSIL reserve the right to reject/cancel/terminate work order awarded to bidder in case of unsatisfactory services/work as per the requirement of Client and ICSIL will not release any payment to the bidder/agency/vendor in this particular case. 5. If at any point of time it is found that the bidder has made a statement which is factually incorrect/wrong or if the bidder doesn t fulfill any of the contractual obligation, ICSIL may take a decision to cancel reject/terminate the contract with immediate effect, forfeit the EMD deposited by the bidder and / or debar the bidder from bidding prospectively for a period as decided by the ICSIL or take any other action as deemed necessary. 6. In case of termination of contract within the stipulated hiring period for any reason the supplier / bidder will not allowed to take back the equipment installed 7. On termination of the Contract for default, the security deposit of the Supplier will be forfeited. 8. On termination of the Contract for default, action will be taken to black list the Supplier. Page 11 of 13

Annexure A Company Profile to be submitted on letter head of Company S.No Particulars Description 1 Name & address of the Company / Organization 2 Registration No. of Company / Organization 3 Date of incorporation of Company / Organization 4 PAN No. of Company 5 Service TAX Registration No. & Date 6 VAT/CST No. 7 Telephone No 8 e-mails 9 Website Address 10 Type of Organisation 11 Particulars of Managing Director/CEO/Proprietor/ Managing Partner 12 Particulars of Contact Person 13 Location of Other Offices in Delhi and Other Parts of India 14 Average Annual Turnover of the Company/Organization for last three financial years 15 Quality Certificate /ISO-9000 Series (Please specify) 16 Any other Quality Certificate (Please specify) 17 Any other relevant information that Applicant Bidder may like to mention S.N. COMPLIANCE SHEET SPECIFICAT DESCRIPTION(SUPPLY) Qty. ION OFFERED ANNEXURE-B DEVIATION IF ANY 1 Line Interactive UPS 700 VA with 30 minutes back up on full load with 1 year warranty on battery and 3 years on UPS. 30No s Page 12 of 13

S.N. DESCRIPTION(SUPPLY) QTY. FINANCIAL SHEET UNIT RATE (In Rs.) Taxes (Please specify the breakup of applicable taxes) D-VAT In Percentage (%) D- VAT (In Rs.) ANNEXURE-C TOTAL AMOUNT (Inclusive of Taxes) (In Rs.) 1 Line Interactive UPS 700 VA with 30 minutes back up on full load with 1 year warranty on battery and 3 years on UPS. 30 No s TOTAL Notes:- I. Please enclose Manufacturer s Authorization Form (MAF) II. The quantities mentioned here are suggestive, payment will be made as per actual. III. L1 (Lowest Price Quotation) will be decided on the basis of Grand Total. Page 13 of 13