TCIL/TG/28/2018 Dated: 07.02.2018 Sub: Expression of Interest for selection of pretender tie up for Supply, Installation, Testing, Commissioning(SITC) and onsite support for Networking and Security Laboratory of MllT Project, Mandalay, Myanmar (TENDER Ref No- MIIT/41/18) TCIL intends to participate in the tender for Supply, Installation, Testing, Commissioning(SITC) and onsite support for Networking and Security Laboratory of MllT Project, Mandalay, Myanmar floated by IIIT Bangalore on behalf of MEA. The complete tender document is available at below mentioned websites: www.iiitb.ac.in; / www.mea.gov.in; TCIL invites Expression of Interest (EOI) for pre-tender tie-up from reputed organizations/ companies to collaborate with TCIL as backend partner for the mentioned RFP. Pre-qualification for Consortium partner(s): Sr. 1. The Company should be registered under a) Copy of Certification of respective company s act of their countries and preferably should be in business for last 5 years. Incorporation/ Registration Certificate b) Company profile c) Memorandum of Association and Article of Association 2. The bidder should have an average annual a) Audited financial statements turnover of at least INR 2.4 Crores or for the last three financial years equivalent in their foreign currency for the last (2014-15, 2015-16 and 2016-17). three (3) audited financial years (2014-15, b) Certificate from the 2015-16 and 2016-17) Statutory Auditor/Company Secretary on turnover details for the last three (3) financial years (2014-15, 2015-16 and 2016-17). 3. The bidder should have completed at least ONE Completion Certificate issued & 1
Sr. similar work not less than Rs. 1.68 Crore OR TWO similar works not less than Rs. 1.05 Crore each OR THREE similar works not less than 84 Lakhs each (or equivalent in their foreign currency). The similar work means supply & installation of all/ most of the items mentioned in this tender document in a single project on turn-key basis in India/abroad. The bidder should have an experience as per the tender scope of work in last 5 years as on 31-12-2017. 4. The bidder should have valid ISO certificate in IT infrastructure. 5. The bidders should have their own branch office/ service centre/ GST in Myanmar or arrangement to provide service through local dealer/ service provider. 6. The bidder should not have been blacklisted/debarred by any organization or company as on bid submission date 7. The bidder should be able to provide the required OEM authorization in the name of TCIL. 8. The bidder shall have valid VAT/ GST/Tax registration certificate (as applicable) and Permanent Account Number (PAN) 9. The bidder should agree to abide by all the technical, commercial & financial conditions of the Myanmar tender on back to back basis signed by the competent authority of the client entity along with the supporting documents such as Work order/purchase order OR Contract clearly highlighting the scope of work Bill of Material and value of the contract/ order. Valid ISO certificate in IT infrastructure Documentary evidence for branch office/ service centre/ GST in Myanmar or arrangement to provide service through local dealer/ service provider. A self-declaration (on bidder s Letterhead) A self-declaration (on bidder s Letterhead) Applicable documents A self-declaration (on bidder s Letterhead) 2
Sr. except pricing, termination & risk purchase rights of the TCIL. TCIL shall release payment to selected bidder after the receipt of corresponding payment from end client (IIIT Bangalore) by TCIL. If selected bidder fails to execute its portion of work, then the same shall be executed by TCIL through third party or departmentally at the risk and cost of selected bidder. 10. The selected bidder shall have to sign MOU/ agreement, Integrity Pact & non disclosure agreements with TCIL. Self-declaration regarding the same on the bidder s Letter Head 11. All disputes or differences whatsoever arising A self-declaration (on bidder s among the parties under and/ or in connection Letterhead) with and/or in respect of this MOU shall be referred to and decided by sole arbitrator, who shall be appointed by the CMD, TCIL. The arbitration shall be conducted in accordance with the Arbitration and Conciliation Act 1996 and the venue of the arbitration shall be in New Delhi. 12. Bid Security/EMD (Refundable): INR 4.2 Lacs Bidder shall submit an EMD in the form of Demand Draft (DD) /Bank Guarantee (BG) in favour of Telecommunications Consultants India Limited payable at New Delhi with their bid.. The EMD should be valid for a period of 255 3
Sr. days from the submission of EoI. EMD will be refunded to the unsuccessful bidders within 30 (Thirty) days of completion of selection process. The format for EMD is placed at Annexure I of the EOI. Submission of Expression of Interest (EOI) The bidders meeting the above mentioned pre-qualification criteria may refer the tender document at above mentioned links for preparation of their prequalification, techno-commercial and financial proposal. The bidders shall strictly submit the techno-commercial and financial proposal in the format provided in the IIIT Bangalore tender. The bidder shall submit his EOI in two envelops, one marking Envelop 1 (Techno-commercial Proposal) and another marking Envelop - 2 (Financial Proposal) 1. Envelop 1 marked Techno-commercial Proposal shall contain: EMD Prequalification document Technical proposal 2. Envelop 2 marked Financial Proposal shall contain the price bid. Evaluation Procedure 1. Evaluation of Techno-commercial Proposal: a) In First stage of evaluation, the documents related to the Pre-qualification criteria, including presence of valid EMD would be evaluated. b) In the Second stage of evaluation, Techno-commercial proposal of the Pre Qualified Bidders will be opened and evaluated. The Techno-commercial proposal must be as per the requirements of IIIT Bangalore tender and its subsequent addendums, especially w.r.t 4
Note: compliance to specifications, Terms & Conditions, Un-priced BoQ with make and model of the equipments. 2. Evaluation of Financial Proposal: In the final stage of evaluation, TCIL will open and evaluate the financial proposals of the technically qualified bidders. The bidder whose bid cost is lowest (L1 bidder) will be chosen as backend partner of TCIL and eventually submitting the bid to end client (IIIT Bangalore). The price quoted by the selected bidder can be further optimized and made competitive before bidding. However, under no circumstances selected bidder would be allowed to increase the quoted price. 1. TCIL reserves the right to accept or reject the response against this EOI, without assigning any reasons. The decision of TCIL is final and binding on the participants. 2. The evaluation committee will determine whether the proposal/ information are complete in all respects and the decision of the evaluation committee shall be final. Companies interested in working with TCIL as a backend partner for participation in the above mentioned tender on the basis of the above should submit their Expression of Interested (EOI) latest by 13.02.2018 up to 15.30 Hrs at the address mentioned below: Mr. Sanjay Bharti Kumar Group General Manager (PAP) Room 608, 6th Floor, TCIL Bhawan, Greater Kailash I, New Delhi 110 048 For any clarification, please contact the following officials: 1. Mrs. Pooja Walia, Sr. Manager (TE), 6 th Floor, TCIL Bhawan, Greater Kailash-110048 Phone: 011-26202636, Email: pooja.walia@tcil-india.com 2. Mr. Divya Swarup Singh, Manager (TE), 6 th Floor, TCIL Bhawan, Greater Kailash-110048 Phone: 011-26202647, Email: divyasingh@tcil-india.com 5
Annexure-I FORMAT OF BID BOND (EMD) Whereas. (Hereinafter called the Bidder ) has submitted its bid dated For the supply of. Vide Tender.. dated KNOW ALL MEN by these presents that WE. OF. Having our registered office at.. (hereinafter called the Bank ) are bound unto Telecommunications Consultants India Limited (hereinafter called the Purchaser ) in the sum of Rs. for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present. THE CONDITIONS of the obligation are: 1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form or 2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity (a) fails or refuses to execute the Contract, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders. We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates. Name & Signature of witness Address of witness Signature of the Bank Authority Name Signed in Capacity of Full address of Branch Tel of Branch Fax of Branch 6