SOFTWARE TECHNOLOGY PARKS OF INDIA

Similar documents
:- TENDER FOR SUPPLY & INSTALLATION

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

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

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

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

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

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

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

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

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

Procurement of Licences of Business Objects BI Platform

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

82.5KVA DG Set on Rental for STPI Aurangabad

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

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

for SUPPLY OF HP TONER CARTRIDGE

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

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

Signature of Authorized Signatory with Company Seal द न क:21/08/2014. स ख य :REC/IT/COMPUR(laptop)/93/06

Tender No. STPI/P/PUR/11/ Dated 13 th March, 2018

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

Vivekananda Institute of Professional Studies AU-Block, Outer Ring, Pitam Pura, New Delhi

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

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

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

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

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

V) Tender Notice for Power Tiller with Trolley

NATIONAL INSTITUTE OF FASHION TECHNOLOGY. (Ministry of Textiles, Govt. of India) Chennai

at 13:30 hrs

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

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

BANK OF BARODA. Tender MUMBAI METRO SOUTH REGION, MUMBAI. NOTICE INVITING TENDER FOR BANK S ZONAL STATIONERY CELL, MUMBAI

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

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

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

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

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

Bid Document for Supply of Linen

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

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

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

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

II) Tender Notice for Drinking Water Coolers

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT)

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis.

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

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

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

Sports Authority of India, Sports Training Centre, Dharamshala.

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

10. Validity of proposal 90 Days from the last date of submission of proposal.

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

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

Central University of Orissa

INS INDIA, DARA SHUKOH ROAD, NEW DELHI BIDDING NOTICE

NORTH CENTRAL ZONE CULTURAL CENTRE

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

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

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

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

TENDER FOR HIRING OF VEHICLES (For the period of ONE year)

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

Tender Document. T e n d e r N o.: 253-ITPO (9)/ST/ TENDER. for

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

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

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

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

Ref. No.NOGA/DIV/ 2015/ Date: - 26/05/2015 E-TENDER NOTICE. Sub: Tender for supply of Pineapple Fruits

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

V.M. No /VI/Accounts/241/ June 2017 NOTICE INVITING TENDER

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

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

Software Technology Parks of India Noida

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

RITES/IT/RLYBD-IRVINS-MANPOWER-REV/2012 Dated 31/08/2012

Tender Notice. For. Purchase of Laptops

NOTICE INVITING TENDERS

INDIAN INSTITUTE OF SCIENCE BENGALURU

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

Tender for Comprehensive Annual Maintenance for Contract of UPS and Inverters in the Additional DGFT, Mumbai.

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

Website: Tender Notice

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar

Central University of Orissa

Sale period of bidding document. to AM to 4.00PM

Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY:

TENDER NOTICE. To award Annual Maintenance Contract for Pest control in the Zonal Office building of Greater Mumbai Zone, Mumbai.

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

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

Tender inviting two bid quotations for supply of Note counting Machines & AMC. Supply of Note counting Machines. As per enclosed attachment

TENDER DOCUMENT (STPI/P/PUR/2/ dated )

Employees State Insurance Corporation Hospital, Manesar

TENDER NOTICE. (O.N. Srivastava) Principal Investigator Department of Physics Banaras Hindu University Varaansi , INDIA

Transcription:

SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Department of Electronics & Information Technology, Ministry of Communications and Information Technology, Govt. of India) Plot No.P1, Phase-1, Rajiv Gandhi Infotech Park, MIDC, Hinjawadi, Pune - 411 057 Phone: +91 20 22981000 Fax: +91 20 22981035 Tender Document for Re-Certification of ISO 9001-2008 (For a period of three years) Tender No : STPI/P/PUR/08/2015-16 Dated : 20 th Aug, 2015. ISO 9001-2008 Page 1 of 15 SIGNATURE OF BIDDER

TENDER NOTICE Software Technology Parks of India, Pune I Tender inviting officer,authority,designation and Address II A. Name of the work: B. Place of execution III Tender documents available place and due date for obtaining tender IV Due Date, time and place of submission of Tender V Place, date and time of Tender Opening VI EMD VII Any other important criteria specified by the tender inviting authority: The Director, STPI Plot No. P1, Rajiv Gandhi Infotech Park, Hinjewadi, Pune- 411 057. Email : v.sridhar@stpi.in, Website: www.mah.stpi.in Re-certification of ISO 9001:2008 STPI Pune Tender document can be obtained on working days between 1 0 0 0 H r s to 1600 H r s from 24 th Aug, 2015 to 9 th September, 2015 on all working days at the address mentioned in column I or can be downloaded from www.mah.stpi.in and http://eprocure.gov.in Due Date : 10 th September, 2015 Time : 1300 Hrs. Place : At the above address mentioned in column I Due Date : 10 th September, 2015 Time : 1500 Hrs Place : At the above mentioned address mentioned in column I Rs.5,000/- (Rupees: Five Thousand Only) Tender received after due date and time will be summarily rejected STPI invites sealed tenders for Re-certification of ISO 9001:2008 at STPI-Pune. The bid should be sealed by the bidder and duly superscripted as Tender No: STPI/P/PUR/08/15-16 dated 20.08.2015 and name of the tender. Intending eligible bidders may obtain a copy of bid document from STPI, Plot No. P1, Rajiv Gandhi Infotech Park, Hinjewadi, Pune- 411 057 or can download the tender from the official website i.e. www.mah.stpi.in and http://eprocure.gov.in. while submitting the tender, the EMD (in the form of Account Payee Demand Draft from any of the commercial bank in favour of Software Technology Parks of India payable at Pune ) should be enclosed with the tender document. DIRECTOR STPI -Pune ISO 9001-2008 Page 2 of 15 SIGNATURE OF BIDDER

SECTION I 1. ELIGIBILITY CRITERIA: 1.1 The bidder should have been offering an ISO 9001-2008 accreditation with the Minimum of 5 active clients (Running customer). 1.2 The bidder should have successfully completed minimum one certification for ISO 9001-2008 to any central / State Government organization / PSU / Autonomous body under Govt. of India, during the last 3 years. 1.3 The audited balance sheet / CA certificate for turnover, for the last three financial years (FY 2011-12, FY 2012-13 & FY2013-14) should be enclosed. 1.4 Bidder should provide the proof of alliance with accreditation body. 1.5 Bidder should have local presence either Pune or Mumbai. Documentary proof for the above shall be produced along with the offer, failing which the tender will be summarily rejected. 2. TENDERING PROCESS: 2.1 The tenders are invited on a single bid system: The tender form for Techno-Commercial bids complete in all respect (Including EMD) should be submitted in sealed cover super scribed Techno- Commercial Bid Re-Certification of ISO 9001-2008. a) The cover/envelope should be properly sealed. The cover shall be and super scribed as Tender No: STPI/P/PUR/08/15-16 dated: 20 t h Aug, 2015 & Name of Tender Re-Certification of ISO 9001 2008 and addressed to The Director, Software Technology Parks of India Plot No. P1, Rajiv Gandhi Infotech Park, Hinjewadi, Pune- 411 057. Further the sentence NOT TO BE OPENED before due date and time of tender opening, should also to be indicated on this envelope. b) If the outer big envelope is not sealed and marked properly as above, STPI will not take any responsibility for its misplacement, premature opening etc. The Envelope should be dropped in the Tender Box of the STPI at Reception in the above address latest by 1300 Hrs on 10 t h September, 2015 2.2 Contents of Techno-Commercial Bid: The bidder in this regard should submit the following documents. (a) The bid should be accompanied by Demand draft for EMD of Rs.5,000/- (Rupees Five Thousand Only). Tender document can also be obtained directly from STPI or download from our website : www.mah.stpi.in or http://eprocure.gov.in Bids received without EMD will not be considered. (b) Proof for offering an ISO 9001-2008 accreditation with the minimum of 5 active clients. (c) Proof for having successfully completed minimum one certification for ISO ISO 9001-2008 Page 3 of 15 SIGNATURE OF BIDDER

9001-2008, as mentioned in the eligibility criteria. (d) The audited balance sheet / CA certificate certifying the turnover, for the last three financial years (FY 2011-12, FY 2012-13 & FY2013-14) should be enclosed. (e) Proof of alliance with accreditation body. (f) Copy of PAN Card (g) Copy of Service tax registration certificate (h) Copy of Registration / Incorporation of the firm /Company (i) Complete set of the Self attested tender documents, (j) Any other related documents 2.3 The financial details of the tender as per the Bill of Quantities SECTION- IV (3). ISO 9001-2008 Page 4 of 15 SIGNATURE OF BIDDER

SECTION- II INSTRUCTIONS TO BIDDERS 1. INTRODUCTION 1.1 Definitions: (a) STPI means the STPI, Pune. (b) Bidder means any registered entity engaging in business such as a proprietorship, partnership, private concern or corporation who participates in this tender and submits its bid. (c) Contractor means any registered entity engaging in the Certification of the ISO 9001-2008 standard, such as a proprietorship, partnership, private concern or corporation. (d) Re-certification of ISO 9001-2008 means standards of works mentioned in Section IV, which the Contractor is required to take during the contract period. (e) Price means the price payable to the Contractor under the purchase order for the full and proper performance of its contractual obligations. The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect, will be at the bidder's risk, and may result in rejection of the bid. 1.2 Annexure-I consists of organizational detail, manpower detail and other relevant information for the reference of the bidders. 2. PREPARATION OF BIDS: 2.1 DOCUMENTS COMPRISING THE BID: a) Clause by Clause compliance demonstrating substantive responsiveness to the financial condition by signing and stamping on all the pages of the original bid document No. STPI/P/PUR/08/15-16 dated 20 th Aug, 2015 by authorized person (s), b) The bidder shall submit his tender only after carefully examining the whole of the tender documents and the conditions of tender and of contract, scope of work etc. c) Conditional bids will not be accepted. d) More than one bid will not be accepted from one bidder e) All the documents submitted (whether original or photocopy) in the bid must be legible & self-attested. ISO 9001-2008 Page 5 of 15 SIGNATURE OF BIDDER

3. BID PRICES: 1. The bidder shall give the total composite price inclusive of all levies and taxes as applicable from time to time. The basic unit price and all other components of the price need to be individually indicated against the Price Schedule. The offer shall be in Indian Rupees only. No foreign exchange will be made available by STPI. 2. Rates shall be quoted in words and figures. The amount to be worked out to whole number. 3. Prices indicated on the Price Schedule shall be entered in the following manner: a. The price of the items shall be quoted total price (inclusive of all taxes and levies, transports, insurance etc) item wise. The rate of Excise duty/service Tax/VAT, should be clearly indicated in the tender, if it s not mentioned, it shall be treated as inclusive. b. The bidder shall quote only one price for each item. The price indicated by the bidder is firm and no modification in the price will be accepted. 4. BID SECURITY/EMD (Earnest Money Deposit): 1. The bidders shall furnish, as part of his bid, an EMD for an amount of Rs.5,000/-(Rupees Five Thousand Only) in the form of Demand Draft/ Banker Cheque from any commercial Bank in favour of Software Technology Parks of India payable at Pune. The EMD will bear no interest whatsoever. The EMD should be enclosed with the Techno-Commercial bid of tender document. 2. The EMD is required to protect STPI against the risk of bidder's conduct, which would warrant the bid security's forfeiture. 3. A bid not secured in accordance with Para 4.1 shall be rejected by STPI being non- responsive at the bid opening stage. 4. The EMD of the unsuccessful bidder will be discharged /returned to them at the earliest / 30 days after award of order to the successful bidder. The bid security of the successful bidder will be retained as retention money and will be returned after the completion of the certification period. The security deposit or EMD will bear no interest whatsoever. 5. The bid security may be forfeited: a. If a bidder withdraws his bid during the period of bid validity or makes modifications to his tender which are not acceptable to STPI. b. In the case of a successful bidder, if the bidder fails to sign the contract. c. Failure to fulfill the contract. d. The bidder will not be eligible to participate in the tender for same services for three year from the date of issue of work order if their EMD/ Bid security is forfeited. ISO 9001-2008 Page 6 of 15 SIGNATURE OF BIDDER

6. PERIOD OF VALIDITY OF BIDS: 1. Bid shall remain valid for 120 days after the date of bid opening prescribed by STPI. 2. In exceptional circumstances, STPI may request the bidder's consent for an extension to the period of bid validity. The request and the responses there to, shall be made in writing. The bid security/emd provided under Clause 4 shall also be suitably extended. A bidder may refuse the request without the forfeiture of his EMD. A bidder accepting the request and granting extension will not be permitted to modify his bid. 7. FORMATS AND SIGNING OF BID: 1. All pages of the tender shall be signed by the person or persons signing the bid. The bids submitted shall be sealed properly. 2. The bid shall contain no insertions, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid. 8. LATE BIDS: Any bid received by STPI after the due date & time for submission of bids prescribed by STPI shall be rejected and returned unopened to the bidder. 9. OPENING OF BIDS BY STPI: 1. STPI shall open bids in the presence of bidders or their authorized representatives who chose to attend, at 1500 Hrs on due date. The bidder s representatives, who are present, shall sign in the register. Business card/authority letter shall be submitted by the bidders before they are allowed to participate in bid opening. 2. A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening. 3. The date fixed for opening of bids, if subsequently declared as holiday by the STPI-Pune, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day, time and venue remaining unaltered. 4. The tendering process comprise the following, The bids will be opened at 1500 Hrs on 10 th September, 2015 and the same will be scrutinized and evaluated by the competent committee/authority with reference to parameters prescribed in the tender documents and the offers received from the tenderers. 10. CLARIFICATION OF BID DOCUMENTS BY STPI: To assist in the examination, evaluation and comparison of bids STPI may, at its discretion ask the bidder for the clarification of its bid. The request for clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained after opening of the tender. ISO 9001-2008 Page 7 of 15 SIGNATURE OF BIDDER

11. TENDER EVALUATION: 1. STPI shall evaluate the bids to determine whether they are complete, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 2. Tender committee will scrutinize the bids based on the eligibility criteria and technical specification compliance. 3. Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by STPI. If there is a discrepancy between words and figures, the amount in words shall prevail. If the Contractor does not accept the correction of the errors, his bid shall be rejected. 4. The evaluation and comparison of responsive bids shall be done on the price of the services /goods offered inclusive of all Levies & Taxes as indicated in the Price Schedule (BILL OF QUANTITIES ) of the Bid Document. 5. The bid will be evaluated primarily on the basis of lowest value quoted in the GRAND TOTAL (A+B) column indicated in the Price Schedule (BILL OF QUANTITIES ) of the Bid Document and place the order on lowest bidder for the requirement. 12. CONTACTING STPI: 1. No bidder shall try to influence STPI on any matter relating to its bid, from the time of tendering till the time the contract is awarded. 2. Any effort by a bidder to influence STPI in STPI's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid. 13. STPI'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: STPI reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the bidder. STPI reserves the right to receive and, if it thinks fit, to consider and accept a non- compliant proposal. The acceptance or rejection of a non-compliant proposal is entirely a matter for STPI in its absolute discretion. Any deviations / irrelevant specifications in this tender will not be accepted. 14. PLACEMENT OF ORDER: STPI shall consider placement of order on the bidder whose offer has been found technically and financially acceptable. STPI has full rights to place order on fully or partially. ISO 9001-2008 Page 8 of 15 SIGNATURE OF BIDDER

15. ANNULMENT OF AWARD: 1. STPI reserves the right to terminate the contract with two months notice if, the services are found dissatisfactory or in case of violation of the terms and conditions of the contract or non-fulfillment of the statutory requirement. 2. STPI reserves the right to disqualify the Contractor for a suitable period who failed to take up the Services. STPI reserves the right to blacklist a bidder for a suitable period in case he fails to honor his bid without sufficient reasonable grounds. 16. ARBITRATION: If, a dispute arises out of or in connection with this contract, or in respect of any defined legal relationship associated therewith or derived there from, the parties agree to submit that dispute to arbitration under the ICADR arbitration rule, 1996. The venue of the arbitration shall be at Pune. The language of the arbitration proceedings shall be in English. The authority to appoint the Arbitrator(s) shall be the International Centre for Alternative Dispute Resolution (ICADR). The International Centre for Alternative Dispute Resolution will provide administrative services in accordance with the ICADR Arbitration Rules, 1996. ISO 9001-2008 Page 9 of 15 SIGNATURE OF BIDDER

1. GENERAL CONDITIONS:- SECTION III CONDITIONS TO THE BIDDERS 1.1 The contract will be for a period of three year 1.2 Execution of order: The order shall be executed within six weeks from the date of purchase / work order. 1.3 Payment: a. No advance payment will be made. Payment will be made within 15 days from submission of the bill / invoice and after the award of certification. b. Payments to the Contractor will be through Account Payee Cheques only. c. Income tax will be deducted at the prevailing rate. Any other applicable taxes will be deducted as per statutory norms. d. Price indicated in the tender is firm and no increase in the price is allowed during the contract period. 1.4. Liquidity Damages: Contracts are subjected to Liquidity Damages. Work not carried out as per the schedule (in scope of work) will attract liquidity damages. Decision of STPI will be final and binding. The following liquidity damages are levied if, if there is a delay in the delivery schedule defined in the Work Order: a. Within one week from scheduled delivery - 0.5% of order value b. Every successive weeks - 0.5% of order value c. Maximum - 10% of order value STPI is entitled to withhold payments due, to the contractor; in case of dispute of claim, till it is resolved. 1.5. The pricing details may also be indicated in the price bid under Table-B. The upgradation process will be taken up as and when such requirement arises. The decision of STPI will be final. ISO 9001-2008 Page 10 of 15 SIGNATURE OF BIDDER

SECTION IV 1. SCOPE OF THE WORK: 1.1 The scope of work involves assessment / certification audit and surveillance audits as per ISO 9001-2008 QMS and issue of certificate to STPI- Pune w.r.t, to implement and monitor statutory services under STP (Software Technology Parks) schemes and EHTP (Electronic Hardware Parks) schemes and provide HSDC (High Speed Data Communication) services within Maharashtra & Goa jurisdiction. 1.2 The scope of work also includes any upgradation of the Standard ISO 9001-2008 during the contract / certification validity period, for which the fresh certification has to be issued by the contractor. The Certification of audit shall include: a. Documents Review: All the documents have to be reviewed w.r.t ISO 9001-2008 Quality Manual. b. Certification of audit: To assess the Quality management system implementation, Follow up audit (s), if applicable, to verify corrective actions related to nonconformities, if any. c. Award of Certification: After satisfactory assessment / certification of audit completion the certifying body shall arrange to award the certificate within six weeks from the date of completion of Certification Audit. Surveillance Audit / Assessment: It shall include the maintenance of certificate for a period of three (3) years from the date of issuance of the certificate. The certifying body should carry out surveillance Audit at the required mandatory intervals. 2. DETAILS OF THE BIDDER: a. Name, address & Contact No. of the bidder: b. Proof of similar work as mentioned in the eligibility criteria: (copies to be enclosed): Sl. No. Contract period Name of the client with the address and contact number Contract Value Proof submitted Yes/No Yes/No ISO 9001-2008 Page 11 of 15 SIGNATURE OF BIDDER

c. If it is noticed that any client did not find the work carried out satisfactory, the tenders of such bidders will be treated as invalid. d. Proof of alliance with accreditation body: Proof to be enclosed. e. The firm must register the following: Sl. No. Particulars Mention the registration numbers of: a) Certificate of Reg. No. b) Service Tax Regn. No. c) PAN No. Reg. No & date Proof submitted Yes/No Yes/No Yes/ No f. EMD fee of Rs.5, 000/- vide DD No. dated g. Complete set of the self-attested tender documents: Yes/ No ISO 9001-2008 Page 12 of 15 SIGNATURE OF BIDDER

3. Price Schedule (BILL OF QUANTITIES): Rate shall include cost of transportation and all other overheads for the period of three years. Table A :( Re-certification) S. No. Descriptio n Qty 1 Cost of certification of audit LS.(Lump -Sum) Unit price Total Amount 2 Cost of 2 surveillance audits at 12 and 24 months Intervals 3 Cost of certification of accreditation (ISO 9001-2008) LS.(Lump -Sum) 1 No. 4 Applicable Service tax 5 Total of A Table B period) :(In case of upgradation of the standard during the contract S. No. Description Qty Unit price 1 Cost of certification of audit (for upgradation) LS. (Lump Sum) 3 Cost of certification of accreditation (for the 1 No. upgraded standard) Total Amount 4 Applicable Service tax 5 Total of B GRAND TOTAL (A+B) (inclusive of taxes): Rs. /- (Rupees only) I certify that all the terms and conditions of the tender documents are acceptable to us. Date: Place: Signature of authorized person Name: Designation: Seal: ISO 9001-2008 Page 13 of 15 SIGNATURE OF BIDDER

Annexure-I Sr. No. Description Detail 1 Organisation Details: SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Department of Electronics & Information Technology, Ministry of Communications and Information Technology, Govt. of India) Plot No.P1, Phase-1, Rajiv Gandhi Infotech Park, MIDC, Hinjewadi, Pune - 411 057 Phone: +91 20 22981000 Fax: +91 20 22981035 Web Site: http://www.mah.stpi.in 2 Activity Statutory Services & Datacom 3 Scope of Certification Information Technology Industry Promotion Activities,Statutory Services High Speed Data Communication Services under the Name of Softnet inclusive of Internet Services and Corporate Networks. Sr. No. Site Address Core Activity No of employee 1 Software Technology Parks of India Statutory Services & 33 Plot No.P1, Phase-1, Rajiv Gandhi Infotech Park, MIDC, Hinjewadi, Pune - 411 057 Phone: +91 20 22981000 Fax: +91 20 22981035 website: www.mah.stpi.in Datacom 2 Software Technology Parks of India 4th Floor, Samruddhi Venture Park, Gala No. 4,MIDC Central Road, Andheri(E), Mumbai-400 093 Phone: 022-28394926/022-28343742 Datacom 8 website: www.mah.stpi.in 3 Software Technology Parks of India Plot.No.3, IT Park, South Ambazari Road Near VRCE Telephone Exchange, Parsodi, Nagpur Phone: 712-2227774/2234960 Fax: 712-2234960 website: www.mah.stpi.in 4 Software Technology Parks of India Plot No:P-5, IT-Park, Behind Yallama Temple Opp.Jayprabha studio, Kolhapur-416005 Phone : 0231-2644429 Fax : 0231-2644429 website: www.mah.stpi.in Statutory Services & Datacom Statutory Services & Datacom 5 Software Technology Parks of India Statutory Services & 2 ISO 9001-2008 Page 14 of 15 SIGNATURE OF BIDDER 4 1

Plot T-25, MIDC, Chikalthana Aurangabad 431210 Phone : 0240-2473859 Fax: 0240-2473860 website: www.mah.stpi.in 6 Software Technology Parks of India Plot No IT-1, IT Parks MIDC, Ambad, Nashik-422 010 Phone : 0253-2382835 Fax: 0253-2382835 Website: www.mah.stpi.in Datacom Statutory Services & Datacom 3 ISO 9001-2008 Page 15 of 15 SIGNATURE OF BIDDER