सीडित डिडवदा सूचिाlimited tender notice · strip armored and...

12
Software Technology Parks of India Bhubaneswar Tender number: 141/26(05)1379/STPI-BH/2017 Signature of the bidder with seal Page 1 of 12 SOFTWARE TECHNOLOGY PARKS OF INDIA सॉटवेयर टेोO लॉजी पासg ऑफ इंडिया (Ministry of Electronics & I.T. (MeitY), Govt. of India) C-Ground Zero, Fortune Towers, C.S.Pur, Bhubaneswar-751023 (Odisha) Tel: 0674-2300412/413, Fax: 0674-2302307 Website: www.bbs.stpi.in सीडित डिडवदा सूचिा / LIMITED TENDER NOTICE Tender Title : Supply and Laying of 120Sq.mm. 3 Core XLPE 11KV(E) HT Cable at STPI-Ranchi Tender Ref. No. : 141/26(05)/1379/STPI-BH/2017 Date:14.06.2017 Last Date & Time :29.06.2016 by 15:00Hrs 1. MODE OF TENDERING : Two-Bid System Tender to be submitted in Sealed Two Bid System in Separate Covers as per the following: Cover-I: Technical Bid Cover II: Financial Bid The tender has to be submitted in one sealed envelope and super scribing on the top of envelope BID FOR SUPPLY AND LAYING OF 120SQ.MM. 3 CORE XLPE 11KV(E) HT CABLE AT STPI-RANCHIand addressed to The Director, Software Technology Parks of India, C-Ground Zero, Fortune Towers, C.S Pur, Bhubaneswar 751 023 , OdishaThis envelope shall contain two separate sealed envelopes one Technical bid super scribing on the top Technical Bid” and another for financial bid super scribing on the top as “Financial Bid”. Critical Date & Fact Sheet Date of Publishing 14.06.2017 Bid Submission Start date & Time 14.06.2017, 12:00 Hrs Bid submission End Date & Time 29.06.2017, 15:00 Hrs Technical Bid Opening Date & Time 29.06.2017, 15:30 Hrs at STPI, Conference Hall, Bhubaneswar Validity of Bid 90 Days from the mentioned date of closing Tender Inviting Authority The Director, STPI-Bhubaneswar Financial Bid opening Date Will be notified later only to the technically qualified agency/bidder Tender may either be obtained from STPI-Bhubaneswar at above given address on any working day from 14/06/2017 to 28/06/2017 between 10.00 Hrs to 17.00 Hrs or downloaded any time from STPI website www.bbs.stpi.in / www.ran.stpi.in or www.eprocure.gov.in . For any clarifications/queries related to tender document, please contact the Purchase coordinator at above given contacts .

Upload: others

Post on 13-Mar-2020

18 views

Category:

Documents


0 download

TRANSCRIPT

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 1 of 12

SOFTWARE TECHNOLOGY PARKS OF INDIA

सॉफ्टवेयर टेक्नोOलॉजी पार्कससg ऑफ इंडिया (Ministry of Electronics & I.T. (MeitY), Govt. of India)

C-Ground Zero, Fortune Towers,

C.S.Pur, Bhubaneswar-751023 (Odisha)

Tel: 0674-2300412/413, Fax: 0674-2302307

Website: www.bbs.stpi.in

सीडित डिडवदा सूचिा / LIMITED TENDER NOTICE

Tender Title : Supply and Laying of 120Sq.mm. 3 Core XLPE 11KV(E) HT

Cable at STPI-Ranchi

Tender Ref. No. : 141/26(05)/1379/STPI-BH/2017 Date:14.06.2017

Last Date & Time :29.06.2016 by 15:00Hrs

1. MODE OF TENDERING : Two-Bid System Tender to be submitted in Sealed Two Bid System in Separate Covers as per the following: Cover-I: Technical Bid Cover II: Financial Bid The tender has to be submitted in one sealed envelope and super scribing on the top of envelope “BID FOR SUPPLY AND LAYING OF 120SQ.MM. 3 CORE XLPE 11KV(E) HT CABLE AT STPI-RANCHI” and addressed to “The Director, Software Technology Parks of India, C-Ground Zero, Fortune Towers, C.S Pur, Bhubaneswar – 751 023 , Odisha” This envelope shall contain two separate sealed envelopes one Technical bid super scribing on the top “Technical Bid” and another for financial bid super scribing on the top as “Financial Bid”. Critical Date & Fact Sheet

Date of Publishing 14.06.2017

Bid Submission Start date & Time 14.06.2017, 12:00 Hrs

Bid submission End Date & Time 29.06.2017, 15:00 Hrs

Technical Bid Opening Date & Time 29.06.2017, 15:30 Hrs at STPI, Conference Hall, Bhubaneswar

Validity of Bid 90 Days from the mentioned date of closing

Tender Inviting Authority The Director, STPI-Bhubaneswar

Financial Bid opening Date Will be notified later only to the technically qualified agency/bidder

Tender may either be obtained from STPI-Bhubaneswar at above given address on any working day from 14/06/2017 to 28/06/2017 between 10.00 Hrs to 17.00 Hrs or downloaded any time from STPI website www.bbs.stpi.in / www.ran.stpi.in or www.eprocure.gov.in . For any clarifications/queries related to tender document, please contact the Purchase coordinator at

above given contacts.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 2 of 12

INDEX

SL. NO. CONTENT PAGE NO.

1. SCHEDULE OF REQUIREMENT

3

2. INSTRUCTION TO BIDDERS & GENERAL TERM AND CONDITIONS

4

3. ANNEXURE-I (TECHNICAL BID) 10

4. ANNEXURE-II (FINANCIAL BID)

12

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 3 of 12

SCHEDULE OF REQUIREMENT

STPI-Bhubaneswar invites sealed bids from reputed & financially sound agencies/bidders for Supply and laying of following Stores as specification given below/attached in a two bid system taking into account the following conditions:

Sr. No. Description of item Quantity

1 Supply of 11KV(E) 3 core 120 Sq. mm. XLPE HT Cable Approximately 230mtrs

2 HT Joint Kit 02 Nos.

3 Installation charge 01 Job

1. Technical Specifications for 11KV (E) 3 core 120 Sq. mm. XLPE HT Cable 1.1. SCOPE: The scope of this specification covers to supply ISI marked 11KV 3 core 120 Sq.mm stranded, compact circular aluminium conductor, conductor screened with extruded semiconducting compound XLPE (cross linked Poly Ethylene) Dry/Gas cured insulated, with galvanized steel strip armored and overall PVC sheathed black colour cable conforming to IS:7098 (Part II/1985) with latest amendments for effectively earthed specification system.

Laying of 3 core 120 sq.mm 11KV (E) XLPE HT underground cable using RCC/Brick trough and GI pipes wherever necessary. Testing and commissioning of the cable. 1.2. RATED VOLTAGE: The rated voltage of the cable shall be 11000 Volts AC with the highest system voltage of 28000 Volts between phases of the effectively earthed three-phase transmission system. The cables shall be capable of operating continuously under the system frequency variation of ± 3 Hz, voltage variation of ± 10% and a combined frequency – voltage variation of ± 10%. 1.3. APPLICABLE STANDARDS: Unless otherwise stipulated in the specifications, the latest version of the following Standards shall be applicable:

a. IS 7098 (Part 2)-Cross-linked Polyethylene insulation for Cables. b. IS 8130-Conductors for insulated electrical cables and flexible cords. c. IS 10810(series)-Methods of tests for cables. d. IS 10418-Drums for electric cables. e. IS 3975-Specification for mild steel wires, strips and tapes for armoring of cables. f. IS 5831-Specification for PVC insulation sheath for electric cables. g. IS 10462-Fictitious calculation method for determination of dimensions of protective

coverings of cables Part 1 - Elastomeric and thermoplastic insulated cables. The cables manufactured to any other International Standards like BSS, IEC or equivalent standards not less stringent than Indian Standards are also acceptable. In such cases the Bidders shall enclose a copy of the equivalent international standard, in English language, along with the bid.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 4 of 12

1.4. GENERAL TECHNICAL PARTICULARS:

S. No. Parameters Figures

1 Nominal system voltage (rms) (U) 11KV

2 Voltage variation +/- 10%

3 Highest system voltage (rms) (Um) 28KV

4 Phase to Earth voltage (rms) (Uo) 6.35 KV

5 Number of Phase 3

6 Frequency 50Hz

7 Variation in Frequency +/- 3 Hz

8 Type of Earthing Solidly Earthed

9 Basic impulse insulation level (1.2/50 µS wave)

10 Total relay & circuit breaker Operating time 15 – 20 cycles

1.5. CABLE LAYING:

3Core 120 sq.mm U.G. cable shall be laid by excavating a trench of 1 M depth and cover the UG Cable by using RCC/Brick troughs of suitable size to covered on the top of the UG cable and debris shall be cleared from the place and shall be make good as original.

For joining the HT Cable heat shrinkable joining kit of the HT cable joint shall be marked in letter painting for identification of cables, receiving point and ending points shall be indicated in accordance with the accepted practice in vogue.

The end termination for 11000V grade underground cables shall be of heat shrinkable type and shall be supplied and provided. The heat shrinkable joints and crimping type lugs shall be installed by highly skilled personnel.

1.6. LIABILITIES, CONTROL, ETC OF THE SUCCESSFUL BIDDER:

1.6.1 The Contracting firm shall not do any damage to the existing service / live of cables/ pipe lines and if any damages happened on the above the actual charges incurred for rectification to restore as normal shall be re-covered from the firm or it shall be rectified by their own cost.

1.6.2 Necessary precautions shall be taken by the contractor or his labours while working near the Road, Power supply cables, etc.

1.6.3 Safety and safe custody of materials tools and plants that are required by the firm during works, testing, commissioning and till handing over to the STPI shall entirely be the responsibility of the successful bidder.

1.6.4 STPI shall not be responsible for any damage or loss of any of the successful bidder’s men and materials and for any damage / accident to the successful bidder’s personnel.

1.6.5 The loading, transporting and unloading of the cables and other items from the section/store to site shall be the responsibility of the successful bidder.

INSTRUCTION TO BIDDERS & GENERAL TERMS & CONDITIONS

I. GENERAL TERMS

1. The tender can also be downloaded from web site (www.bbs.stpi.in or www.ran.stpi.in or www.eprocure.gov.in)

2. The tender should be submitted in Sealed Two-Bid system. Cover-I should contain “Technical Bid” and Cover-II should contain “Financial Bid”. Both the covers should be kept in one big Sealed Cover.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 5 of 12

3. The completely filled bid document, duly sealed, should be send to “The Director, Software Technology Parks of India, Fortune Towers, “C” Ground Zero, Chandra Sekhar Pur, Bhubaneswar (Odisha) 751 023 by registered post or by hand (may drop in the TENDER BOX kept at above mentioned address) duly superscribed on the top of envelope as “BID FOR SUPPLY AND LAYING OF 120SQ.MM. 3 CORE XLPE 11KV(E) HT CABLE AT STPI-RANCHI”.

4. The tender documents shall be treated as “confidential”

5. Bid shall be submitted with a forwarding letter on letter head of the bidder/agency duly signed and stamped by authorised signatory on each page to ensure the compliance of scope, services and general terms and conditions of the tender under reference.

6. Technical Bid should be submitted by the bidder strictly as per Bidder eligibility criteria with documentary evidences prescribed.

7. No overwriting, corrections and cutting in Financial bid format is permitted. All entries in the bid/tender form should be legible and filled clearly. If the space for furnishing information is insufficient, a separate sheet duly signed by the authorized signatory may be attached.

8. Each page of the tender document should be signed and stamped by authorized signatory. Alterations, if any, in the quotation should be attested by the tenderer, failing which the tender is liable to be rejected.

9. Rates of all items should be quoted; otherwise the bid shall be rejected. Rates should be quoted both in Figure & Words inclusive of applicable taxes and duties. The prices quoted should be firm and for free delivery/work at the site as mentioned above inclusive of Transit Insurance, Excise Duty and Entry Tax if any.

10. STPI also reserves the right to modify/relax any of the terms & conditions of the tender.

11. Pre-Bid Inspection / Survey: The bidder may Visit STPI to have an understanding of the requirement during working hours of STPI. Local Contact Person: Mr. S.K.Rai, Joint Director, STPI-Ranchi, M:- 9431103879.

12. The selected bidder shall undertake to abide sincerely by all rules, regulations and laws of land for their responsibilities to provide the outsourced manpower and shall agree to keep itself liable and responsible for any such violation directly or indirectly related to their responsibilities for the contract.

13. STPI shall not be responsible for postal or any other delays. Bids received in an envelope that is damaged/torn or merely stapled will be summarily rejected.

14. Bids once submitted shall not allow to be withdrawn. Any default after acceptance of bid shall be deemed to be non compliance to the terms of contract and would be liable to forfeiture of EMD deposit and cancellation of contract.

15. Bidders/authorized representative duly authorized in writing on letterhead are requested to be present at the time of opening of the bids. If the date of tender opening, by any chance happens to be a holiday, the tender will be opened on the next working day at the stipulated time.

16. STPI, however, reserves the right to terminate/curtail/cancel the contract at any time after giving one week’s notice to the Agency owing to deficiency of service, sub-standard quality of stores, breach of contract, etc. In such case successful bidder will not be admissible for any kind of compensation.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 6 of 12

17. Once the rates are finalized, no increase will be considered in the rates quoted by the agency in any case during the period of the contract.

18. STPI reserves the right to reject any or all of the tenders or accept them in part or to reject lowest tender.

19. Canvassing in connection with tender is strictly prohibited and the tenders submitted by bidders who resort to canvassing will be rejected.

20. The successful agency/bidder shall not be allowed to transfer, assign, pledge or sub contract its right and liabilities under the contract to any other agency.

21. The bidder will be bound by the details furnished by him/her/them to the STPI while submitting the tender/bid or at subsequent stage. In case, any of such documents furnished by the bidder or successful bidder is found to be false at any stage, it would be deemed to be a breach of terms of contract making him/her/them liable for legal action besides termination of contract.

II. ELIGIBILITY OF BIDDERS

1. The bidders should be company, registered under Indian Companies Act, 1956 or Parternership firm registered under Indian Partnership Act or Proprietary concern. Self attested documentary proof should be provided.

2. The bidders should have valid electrical license from the competent authority with validity of license throughout the period of Job. Self attested documentary proof should be provided.

3. The bidder should have atleast two years experience of executing similar work in Ministries/Departments of Govt. of India/Central Public Sector Undertakings/ Nationalized Bank/State Government Departments/Autonomous Bodies/ Corporations. The copy of the experience certificate/work order issued by the respective officer should be provided.

4. The bidder should furnish signed declaration indicating that they have carefully read the terms and conditions of the Tender and accepted all the provisions of the Tender document as in Annexure-I.

5. The bidder should provide duly signed declaration indicating that they have not been blacklisted by the Ministry/Department/Organisation of the Central Government/State Government or any Public Sector Undertaking for the last five years and there is no litigation with any Government Department on account of similar services.

6. The tenderer/bidders are required to enclose attested photocopies of the documents listed below in this tender document, along with the “Technical Bid”, failing which the bids shall be summarily/out rightly rejected and will not be considered any further.

DOCUMENTS TO BE SUBMITTED ALONGWITH THE TECHNICAL BID

a. Registration Certificate under Indian Companies Act, 1956 or Parternership firm registered under Indian Partnership Act or Proprietary concern. Self attested documentary proof should be provided.

b. Valid electrical license from the competent authority

c. Copy of PAN, TIN/VAT number

d. Copy of the Service Tax Registration certificate

e. Copies of the order for similar work executed

f. Proposed make and specification of schedule requirement mentioned above along with relevant OEM datasheets.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 7 of 12

III. AWARD OF BIDDERS

Financial Evaluation Criteria

1. The Financial Bid of only those bidders/tenderers will be opened whose Technical Bid are found in order. The Financial Bid shall be opened at later stage. The Scheduled time and venue etc will be communicated to only those bidder/tenderers whose technical bids are found in order.

2. The evaluation of Technical bid will be done by considering the parameters listed in the proforma for technical bid.

3. After evaluation of Technical bids the financial bids of only Technically Qualified Bidders will be opened.

4. L1 may be selected on the basis of lowest quote in the Grand Total under commercial offer as per price schedule.

5. In case of two bidders offered the same percentage of service charges, then the bidder having highest turnover will be considered as L1.

6. The rates in the financial bid should be strictly as per Annexure-II. IV. VALIDITY OF QUOTATION:

Bid validity should be 90 days from the specified date of closing.

V. BID CURRENCIES:

1. Prices shall be quoted in Indian Rupees (INR).

2. The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. VAT/Sales Tax, Service Tax, GST, Labour, Transportation, any incidental services etc on company’s Letter Head. However detailed break up of all components need to be specified as per the price schedule format.

VI. SECURITY DEPOSIT/PERFORMANCE GUARANTEE

1. Successful bidder has to submit Performance Guarantee (PG)/Security Money equivalent 5% of annual contract value, within two week after issuance of work order. The same will be returned after the completion of contract without interest.

VII. FORFEITURE OF EMD /SECURITY DEPOSIT/PERFORMANCE GUARANTEE

1. If the bidder/agency withdraws tender before/after finalization of the tender or successful bidder refuse/fails to accept LOI/Work Order issued by STPI, the bidder will not be entertained in future tendering systems of STPI.

2. If the work assigned to the successful agency/bidder is not done as per the scope of work/schedule of requirement, security deposit/PG will be forfeited.

3. If the contract is terminated by STPI due to poor performance/violation of any clause of agreement or any bad act of selected bidder, security deposit/PG will be forfeited.

4. In case of unreasonable price quoted by the bidder for disrupt the tender process, the bidder will not be entertained in future tendering systems of STPI.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 8 of 12

5. In case the successful agency fails to enter into the agreement with STPI within the specified date mentioned in the letter of Intent/work order, the security deposit/PG deposited by such Agency shall stand forfeited without giving any further notice.

VIII. REJECTION OF THE BID

1. The bidder is expected to examine all instructions, formats, terms & conditions, and scope of work in the bid document. Failure to furnish complete information or false information/documents which is not substantially responsive to the bid document in all respect shall result in rejection of bid.

2. In respect of interpretation/clarification of this bid document and in respect of any matter relating to this bid document, the decision of STPI-Bhubaneswar shall be final.

3. The bidder will have to furnish the requisite document as specified in the bid document, failing which the bid is liable to be rejected.

4. No prices are to be indicated in the Technical Bid and if the prices are mentioned in the “Technical Bid” it may lead to rejection of the bid.

5. Bids not submitted as per two bid system will be summarily rejected.

6. The bids received after specified date & time shall not be considered.

7. The bids received through Fax/-email or any other mode other then specified in the tender document shall not be considered.

8. Conditional bids shall not be considered and will be out rightly rejected on very first instance.

IX. SERVICE DELIVERY

Service delivery shall be within 4 weeks from the date of PO/Contract. If the Service Conditions as per the Contract are not met, the vendor will be blacklisted and they will not be considered for any future proposals.

X. PAYMENT TERMS

1. Payment will be paid to the vendor after successful delivery, installation & testing/commissioning of the supplied material at STPI-Ranchi.

2. The payment shall be made after submission of tax invoice in triplicate in the name of “The Director, Software Technology Park of India, C-Ground Zero, Fortune Towers, C.S Pur, Bhubaneswar – 751 023, Odisha” subjected to satisfactory installation & commissioning report by duly signed by concerned officer and will be released through cheque after deducting TDS / other applicable taxes as per govt. norms.

XI. LIQUIDITY DAMAGES

1. Delivery of services shall be made by the vendor in accordance with the time schedule

specified by STPI.

2. The Vendor will strictly adhere to the time-schedule for the performance of Work. However, STPI may relax this time limit in force majeure conditions.

3. In case of delay in completion the work within the implementation timelines fixed under contract for reasons attributable to the Vendor, then STPI shall levy penalty @ 1% per week with a maximum limit of 5% of the contract value or PBG may be forfeited.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 9 of 12

4. In case the vendor is not being adhered to the time schedule fixed under contract, STPI has the right to cancel the Contract wholly or in part without any liability to cancellation charges and procure the Goods and Services elsewhere and in a manner decided by the client. In such case the successful Bidder shall pay the difference of the cost of Goods and Services procured elsewhere and price set forth in the Contract Agreement with the successful Bidder/ Contractor.

XII. CLARIFICATION OF BIDS

To assist in the examination, evaluation and comparison of bids, STPI may, at its discretion ask the bidder for any clarification(s) of its bid. The request for clarification and the response shall be by email and no change in and no change in the price substance of the bid shall be sought, offers or permitted. However no post bid clarification at the initiative of the bidder shall b e entertained.

XIII. CANCELLATION BY DEFAULT

STPI Ranchi may, without prejudice to any other remedy for breach of work order, by written notice of default sent to bidder, cancel the work order in whole or part:

I. If the Bidder/agency fails to provide services within the time period specified in the work order. II. If the Bidder/agency fails to perform any other obligations under the work order.

XIV. BLACKLISTING

Company/Firm blacklisted by Govt./PSU/Corporate organization are not eligible to participate in the bidding process. If at any stage of bidding process or during the currency of work order, such information comes to the knowledge of STPI, STPI shall have right to reject the bid or cancel the work order, as the case may be, without any compensation to the bidder. The bidders have to be submitted an under taking for not being black listed since last 3 years by any Govt./PSU/Corporate organization.

XV. ARBITRATION

All disputes or difference whatsoever arising between the parties out of or relating to the meaning and operation or effect of the work order or the breach thereof shall be settled by reference to arbitration as per Indian Arbitration Act. In such case the same shall be referred to the sole arbitration of Director, STPI- Bhubaneswar.

XVI. FORCE MAJEURE

If, at any time, during the continuance of the agreement, the performance in whole or in any part by either party of obligation under the agreement shall be prevented or delayed by reasons of any war, hostile acts of the enemy, civil commotion, subrogate, fire, floods, earthquakes, explosions, epidemics, strikes and quarantine restrictions by acts of God,(herein after referred to as eventualities) then provided notice of the happening of any such eventualities is given by either party to the other within two days from the date of occurrence thereon, neither party shall, by reason of such eventualities be entitled to terminate this contract agreement nor shall either party have any claim of damages against the other in respect of such non performance or delay in performance. Performance of the contract agreement shall, however be resumed as soon as practicable after such eventuality has come to an end.

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 10 of 12

ANNEXURE-I

TECHNICAL BID DOCUMENT

1

Name of Agency/Firm

2

Profile of the Agency/Firm

3

Name of Proprietor/Director of the Agency

4 Full address of Registered Office

Telephone No.

Fax No.

Mobile No.

(d) E-mail address

5.

Correspondence address of office

6 Full address of Branch Offices

Telephone No. Fax No. Mobile No.

E-mail address

7

Valid Electrical Licence No.

8

Registration No. of the Agency

9

PAN No. of the agency (Attach attested copy of PAN Card of the Agency)

10

Service Tax Registration No. (Attach attested copy of the Registration Certificate)

11

TIN/VAT No. of the agency (Attach attested copy of TIN/VAT registration of the Agency)

12 Details of major contracts with Central Government/State Government/PSU/Reputed Private Firms handled by the tendering agency/bidder during the last two years (in the following format (attested copies of the last two years work award may be enclosed).

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 11 of 12

SN Details of client along with address telephone and Fax No. & Email address

Amount of Contract (Monthly/ Rs.lacs)

Duration of Contract

Nature of Contract

From To

I

II

III

IV

V

(If the space provided is insufficient, a separate sheet may be attached).

DECLARATION

I…………………………. son/daughter/wife of Shri/Smt.……………………………… Proprietor/Director/authorized signatory of the agency mentioned above is competent to sign this declaration and execute this tender document.

I have carefully read and understood all the terms and conditions laid down in the tender and undertake to abide by them.

The information/documents furnished along with the above bid/application are true and authentic to the best of my knowledge and belief. I hereby declare that my company / LLP / Partnersip / Society / Proprietorship has not been debarred / blacklisted by any Government / Semi-Government organizations/ PSUs. I am well aware of the fact that furnishing of any false information/fabricated document would lead to rejection of my tender/bid at any stage besides liabilities towards prosecution under appropriate law.

(Signature of the authorized person) Name………………………………….. Date………………………………….... Place………………….……………….

Office Seal

Software Technology Parks of India – Bhubaneswar

Tender number: 141/26(05)1379/STPI-BH/2017

Signature of the bidder with seal Page 12 of 12

ANNEXURE-II FINANCIAL BID DOCUMENT

SN Particular with

Description Make/Model Unit Price

in Rs. Qty Taxes(if any),

Please specify Tax Type & %

Total Price in Rs. Including

Tax

1

Supply of 11KV(E) 3 core 120 Sq. mm. XLPE HT Cable

230 Mtr.

2 HT Joint Kit for above

2 nos.

3 Installation charge

1 Job

4 Total Rs. i.e. (1+2+3)

GRAND TOTAL IN WORDS:

NOTE:-

1. Please indicate pro rata break up details of all identifiable items of supply of stores cost in pro forma as noted above. Order will be placed as per actual at the time of Issuing order.

2. The statutory charges like Excise Duty, VAT/Sale Tax, Service Tax, GST, Entry Tax, etc must

be indicated with % rates as applicable in column above, failing which STPI will not be liable for payment of any such charges.

__________________________________ Signature & Seal of the Bidder with date.