+ All Categories
Home > Documents > REQUEST FOR PROPOSAL - Software Technology Parks · PDF fileWebsite: REQUEST FOR PROPOSAL RFP...

REQUEST FOR PROPOSAL - Software Technology Parks · PDF fileWebsite: REQUEST FOR PROPOSAL RFP...

Date post: 25-Mar-2018
Category:
Upload: hanga
View: 224 times
Download: 1 times
Share this document with a friend
19
Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017 Page 1 of 19 SOFTWARE TECHNOLOGY PARKS OF INDIA Ministry of Electronics & Information Technology, Govt. of India Ganga Software Technology Complex, Sector-29, Noida-201303 Phone: +91-120-2470400; Fax: +91-120-2470403 Website: www.noida.stpi.in REQUEST FOR PROPOSAL RFP for inviting Concept Design Proposal from Architects/Architectural Firms for proposed Office building at Plot ES-1, STPI Noida 1. Mode of Tendering: e-Tender URL http://eprocure.gov.in/eprocure/app in Two-Bid System: (A)Technical Bid (B) Financial Bid 2. Date & Time of Publishing of Tender : 09/08/2017; 16:00 Hrs 3. Date, Time & Venue of Pre-Bid Meeting : 18/08/2017.;11:00 Hrs (at STPI Noida) 4. Last Date & Time for submission of Bid :29/08/2017;12:00 Hrs 5. Date & Time for Opening of Technical Bid : 30/08/2017;12:30 Hrs 6. Date & Time for opening of Financial Bid : Shall be conveyed separately 7. Date & Time for Presentation by Shortlisted bidders : Shall be conveyed separately 8. Validity of Bid :90 days from last date of submission
Transcript

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 1 of 19

SOFTWARE TECHNOLOGY PARKS OF INDIA

Ministry of Electronics & Information Technology, Govt. of India Ganga Software Technology Complex, Sector-29, Noida-201303

Phone: +91-120-2470400; Fax: +91-120-2470403 Website: www.noida.stpi.in

REQUEST FOR PROPOSAL

RFP for inviting Concept Design Proposal from Architects/Architectural Firms for proposed Office building at Plot ES-1, STPI Noida

1. Mode of Tendering: e-Tender URL http://eprocure.gov.in/eprocure/app in Two-Bid System:

(A)Technical Bid (B) Financial Bid

2. Date & Time of Publishing of Tender : 09/08/2017; 16:00 Hrs

3. Date, Time & Venue of Pre-Bid Meeting : 18/08/2017.;11:00 Hrs (at STPI Noida)

4. Last Date & Time for submission of Bid :29/08/2017;12:00 Hrs

5. Date & Time for Opening of Technical Bid : 30/08/2017;12:30 Hrs

6. Date & Time for opening of Financial Bid : Shall be conveyed separately

7. Date & Time for Presentation by Shortlisted bidders : Shall be conveyed separately

8. Validity of Bid :90 days from last date of submission

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 2 of 19

Request for Proposal (RFP) for Inviting Concept Design for proposed

Office building at Plot ES-1, STPI Noida Software Technology Parks of India (STPI) an autonomous society under Ministry of Electronics & Information Technology, Govt. of India invites Concept Design Proposals from competent and qualified Architects/Architectural firms (as per the conditions of eligibility mentioned in this RFP) for a new Office building on the plot located at following address:

STPI, Plot No. ES-1, GANGA SOFTWARE TECHNOLOGY COMPLEX, SECTOR 29, NOIDA-201303.

1. The design proposal should contain Vision statement, rationale for overall planning for

various aspects of the design fulfilling all space requirements as per this RFP. The Design Concept should be elaborated through visual sketches, plans, elevations & sections etc. The design should cater to all structural requirements and feasibility aspect of the design with all necessary compliance of all statutory authorities.

This office building shall have to be built on a Plot area of 3860.5 Sqmt and shall have total covered area of about 9651.25 Sqmt or maximum covered area with maximum FAR available as per local by laws.

The proposals (bids) should be in two parts: (i) the Technical Bid, which should contain the Concept Design Proposal and other documents required as per the terms & conditions of this RFP; and (ii) the Financial Bid which should be as per the format given. Please note that the Financial Bid shall be submitted strictly in a separate envelope. The amount must be expressed in lump-sum fee and not in terms of percentage of the project cost. The bidders can download tender document from www.noida.stpi.in & http://eprocure.gov.in.

2. Functional Office Space Requirements

The project envisages construction of a New Office Building having office space of about 2591.82 sq.m excluding areas for building services, parking etc. and about .min 2 (Nos) guest rooms for visitors (as per requirement) for proposed Office building of STPI at STPI, Plot No. ES-1, GANGA SOFTWARE TECHNOLOGY COMPLEX, SECTOR 29, NOIDA-201303. Broad space requirements ofmain components of the complex is as under:

STPI Office: 2591.82 Sqm. Auditorium: 656.55 Sqm Finishing School: 345.56 Sqm Incubation: 4147 Sqm. Guest Rooms: 172.8 Sqm. Common areas (like Cafeteria, Conference / Meeting rooms) : 1368.4 Sqm. Basement : double basement for parking and services

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 3 of 19

(The above areas are exclusive of areas for building services, public conveniences and parking which shall be provided as per Local bye-laws & Technical Standards). Detailed information is in Annexure D.

3. Development Norms

The building norms applicable to the site are as below:

Plot area : 3860.5 Sqm.

Permissible FAR : As per Local bye-laws

Permissible Height : As per Local bye-laws

Set backs : As per Local bye-laws

Parking : As per Local bye-laws

(Note: The Architects/Architectural firms who submit the Concept Design Proposal shall

be responsible for confirmation to all local bye-laws & regulations etc& submit design

proposals accordingly)

4. The Proposal

4.1 General parameters

a) Design Proposal should correspond to the surrounding environment including the

existing urban context and should be based on all necessary considerations for the

terrain of the land. The Concept design should be inspiring and futuristic in its overall

spatial composition and ambiance.

b) Design should be modern & forward-looking within conformity of the local

development controls, standards and planning regulations within overall site

parameters of the city.

c) There should be functional distinction between STPI Office, Incubation space (Raw and

PnP), Network Operating Center (NOC), Data Center etc. and other office spaces. The

reception should be inviting and should have sufficient waiting area having controlled

public access. Access to the other offices should be restricted. All public related

activities should preferably be kept on the ground floor only.

d) All local factors such as climatic conditions, sub-soil conditions etc. should be taken

into account for ensuring structural feasibility of the design. External finishes should

be based on consideration of long term maintenance aspects as well as on the

longevity of the building/s.

e) The Design proposal should ideally be based on Green Building Design concepts using

all National / International practices for such buildings. The Concept of the project

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 4 of 19

shall be designed in such a manner that it is capable of achieving the GRIHA 4+ rating.

The building should have sufficient natural light & ventilation for providing good

working conditions. Use of local materials having lesser embodied energy shall also be

appreciated.

f) The buildings should reflect all the enduring values of the organization. The design of

the building/s and its ambience must reflect dynamic, technologically advanced &

economically vibrant image of the country.

g) Multi-purpose hall / Auditorium, if provided, should be located in such a way that it

can be used for large size gathering without compromising day-to-day functioning of

the office. It should have enough flexibility for organizing conferences / gathering of

different sizes and should have sufficient pre/post gathering space.Utility areas like

kitchen / pantries and washrooms should also be provided for.

h) Design should indicate services shafts for provisions like telephone, fax, computer

terminals, internet and other facilities with concealed wiring and Local Area Network

(LAN) connectivity. Keeping in mind the security (requirements like CCTV, TV monitor

room, access control system etc.) and other services in a comprehensive manner.

i) Elevators and ramps etc. may be provided to facilitate accessibility for differently-

abled and elderly persons.

j) The concept design proposal should also indicate space provision for all basic building

services, parking etc.

4.2 Guest Room Facilities

a) The Guest Room facilities should be designed as Modern, befitting Indian living style

besides offering optimum architectural qualities within the prescribed Plinth Area

Norms. Special consideration should be given to open terraces and landscaping

features etc.

b) Provisions for modern kitchen& dining area should be made.

4.3 Time frame for Execution of the Work Order

Bidder has to complete the awarded work within 30 days from the date of issue of

Work Order at Software Technology Parks of India (STPI), Ganga Software Technology

Complex, Sector 29, Noida – 201303 (U.P.)

5. Conditions of Eligibility for Design Submission

a) The applicant Architect / Architectural Firm should be a qualified individual/firm and

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 5 of 19

should have valid registration for architectural practices. This should be supported with certified copy of the registration certificate showing registration number, date of registration and its date of validity.

b) Participating Architects/Architectural firms shall ascertain the local bye-laws

applicable to the site(s) and prepare / submit the concept design accordingly and the applicants may visit the site if required

c) Architect/Architectural firm should submit the Concept Design Proposal along with

broad specifications for external and internal finishes.

d) Even though an applicant may satisfy the qualification criteria / eligibility requirements, he would be liable for disqualification if misleading or false representation or deliberately suppressed information related to technical eligibility is noted during design assessment including record of poor performance such as abandoning work, not properly completing the projects or fulfilling the contract agreements or financial failures / weaknesses etc.

e) STPI shall engage a separate Project Management Agency/Consultant who shall detail out the design further and shall finally execute the project. The selected Architect/ Architectural firm, if need be, shall be asked to co-ordinate (on agreed terms & conditions) with and work along with that firm/s during project execution period for successful implementation of the project in all respects.

6. Invitation of Concept Design Proposals

a) Bids are invited from Architects/Architectural firms for Concept Design. The design submitted along with proposals shall be evaluated by duly constituted committee(s) out of which the most suitable designs shall be shortlisted and one will be selected.

b) Participation in this RFP and submission of the Design Proposal would imply

acceptance of terms & conditions as may be shared by STPI before final selection of the Concept Design.

7. Correspondence Address:

a) The applicant shall address all their queries through email or by writing to Director,

STPI Noida.

8. Time Schedule

a) Time-schedule for the preparation and submission of proposals, is as given below:-

Date & Time of Publishing of Tender : 09/08/2017; 16:00 Hrs Date, Time & Venue of Pre-Bid Meeting : 18/08/2017.;11:00 Hrs (at STPI Noida) Last Date & Time for submission of Bid : 29/08/2017; 12:00 Hrs Date & Time for Opening of Technical Bid : 30/08/2017; 12:30 Hrs Date & Time for opening of Financial Bid : Shall be conveyed separately Date & Time for Presentation by Shortlisted bidders : Shall be conveyed separately

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 6 of 19

9. Submission of Proposal

a) Technical Bid

(1) The proposal shall include the following;

i) Drawings / Documents - A-2 size. ii) A CLEARLY LEGIBLE site plan showing the site layout,

plot area, proposed built-up area, landscape, access roads, surroundings etc.

- 1:500 scale

iii) All CLEARLY LEGBILE Floor layout Plans, Elevations, Sections

- 1:200 scale

iv) A Report (Not exceeding 5 pages) Explaining the salient features of Concept design, comparative area statement vis-a-vis area requirement for various functions.

- A-4 size

v) Rough-cost-estimate(To provide an understanding about the construction cost per sqm. based on high level of specifications and services suitable for the project)

- A-4 size

vi) Computer generated 3D Views describing the Proposal (Hardcopy as well as soft-copy in CD)

- 1:500 scale

(2) Additional documents:

Earnest Money Deposit (EMD)- Earnest Money Rs. 10,000/-(Rupees Ten Thousand Only) should be deposited in [Bank Details - Bank of India, Sector 18, Noida SB A/c - 711710110001585, IFSC Code- BKID0007117] on or before bid submission closing time as mentioned in the tender document Bidders, however, have to attach scanned copy of Earnest Money documents along with their e-tender. Bids submitted without EMD will stand rejected. EMD will not be accepted in the form of cash / cheque. No interest is payable on EMD. The bidders those who have registered with NSIC shall be exempted for submission of EMD. However, the bidder shall submit the valid NSIC registration certificate for availing such exemptions.

EMD will be refunded to the successful bidder after acceptance of award of contract at STPI Noida. The EMD will be returned to all un-successful bidders after finalization of tender and bears no interest.

The EMD shall be forfeited, if the bidder withdraws the bid during the period of bid validity specified in the tender.

However if the return of EMD is delayed for any reason, no interest / penalty shall be payable to the bidder.

The successful bidder, on award of contract / order, must send the contract/order acceptance in writing, within 7 days of award of contract/order, failing which the EMD will be forfeited.

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 7 of 19

The EMD shall be forfeited, if the bidder withdraws the bid during the period of bid validity specified in the tender.

Registration certificate Details of all works of similar class executed in Form A

b) Financial Bid Separate envelope as per Annexure B

10. Design Evaluation & Award of Work

10.1 Evaluation Procedure

a) Duly constituted committee(s) shall be constituted for the purpose of evaluation and final selection of the design proposal by STPI. The right to choose the most suitable design and to seek modifications thereon, as may be necessary, shall lie with STPI. Author of the selected design may or may not be involved in the next stages of the project and therefore, once the design is finalized and accepted by STPI and payment is made to the successful design Architect/Architectural Firm, it shall remain with STPI and the ownership of the selected design shall be deemed to be transferred to STPI.

b) The design proposals submitted to STPI should be unique and must not have been already submitted /supplied to any other client. The selected design proposal shall not be submitted to any other client in future.

c) The Concept design shall be evaluated in two stages. In the first stage, all the designs shall be examined from the point of view of fulfillment of the Design parameters and other technical requirements. Shortlisted bidders shall be asked to make a presentation on their design proposal as well as on their past projects and experience, before duly constituted committee(s) for this purpose. After the presentation each design shall be graded to evaluate the Design Proposal. In the second stage, the financial bids of the best selected design will be opened and overall grading shall be done.

10.2 Design Evaluation Criteria

a) Assessment of the Design Proposals by the Selection Committee will be based on two

parameters i.e. Technical &Financial.

b) The initial criteria prescribed in Annexure C in respect of experience of similar works completed will first be scrutinized and the applicant’s eligibility for the work shall be determined.

c) The applicants qualifying the initial criteria as set out in AnnexureC will be evaluated on following criteria by scoring method on the basis of details furnished by them:

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 8 of 19

Design Evaluation Criteria

S. No. Technical Criteria Maximum

points

Awarded

points

Remarks

A Design Proposal: (75)

1 Design Concept 25

2 Design Brief Implementation 5

3 Flexibility in incorporating Design

requirements

5

4 Design suitability to local Climatic conditions 5

5 Vehicular and Pedestrian Circulation pattern +

segregation activities & areas

10

6 Provision for Green building technologies 10

7 Provision for natural light and Ventilation 5

8 Presence of a strong visual Indian theme 5

9 Provision for future expansion 5

B Additional technical criteria (25)

1 Structure of the organization 10

2 Project Management capabilities 5

3 Experience of designing similar buildings 10

4 Total score on Technical parameters (100)

5 75% weightage

C Financial Criteria

1 Percentage bid

2 100 x (Ratio of lowest bid / bid)

3 25% weightage

Total Score (Technical + Financial points)

Note: To become eligible for financial bid opening the applicant must secure at least fifty percent marks in each and sixty percent marks in aggregate of the following criteria of evaluation.

d) The selection process of the consultant would be based on weighted-average criteria of both the technical and financial bids in the ratio of 75:25.

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 9 of 19

11. Financial Bid

To be submitted as per Annexure B in separate envelope.

12. Instructions for submission of bids

a) The bidder shall quote the lump sum consultancy charges after studying the scope of work.

b) The consultancy charges quoted shall be net. Nothing extra (except associated taxes)

shall be paid on any account. The amount of fee shall be quoted in words and figures for the complete job.

c) No interim payment will be made on submission of the design. The payment shall be

made in two parts (85%+15%) on submission of final bill by Architect/Architectural firm after deducting the applicable TDS as per prevailing Govt. Rules.

d) All the conditions of the RFP and any clarifications or corrigenda thereof shall be

binding on all bidders

e) The bidder shall check the pages of all documents. In the event of discovery of any discrepancy or missing pages, the bidder shall inform the Director, STPI Noida.

f) In case the bidder has any doubt about the meaning of anything contained in the

Tender document, it shall seek clarification on or before specified date of Pre-Bid meeting. All clarifications shall be published on STPI Noida website.

g) Except for any written clarification by STPI Noida, which is expressly stated to be an

addendum to the tender document issued by the Director, STPI Noida, no written or oral communication, presentation or explanation by any other employee of STPI shall be taken to bind or fetter STPI under the contract.

h) Validity of Bid: The bids shall remain valid for a period of 90 days from the last date

of submission of bids.

i) Bid Submission: Bids must be submitted as per the date and time stipulated in the RFP. STPI may, at its discretion, extend the deadline for submission of bids in which case all rights and obligations of STPI and the bidder will remain the same.

13. Force Majeure

a) If at any time during the currency of the process, either party is subject to force majeure, which can be termed as civil disturbance, riots, strikes, tempest, acts of God etc. which may prevent either party to discharge its obligation, the affected party shall promptly notify the other party about the happening of such an event. Neither party shall by reason of such event be entitled to terminate the contract in respect of such

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 10 of 19

performance of their obligations. The obligations under the contract shall be resumed as soon as practicable after the event has come to an end or ceased to exist. If the performance of any obligation under the contract is prevented or delayed by reason of the event beyond a period mutually agreed to,then either party may at its option terminate the contract.

14. Dispute Resolution:

a) Any dispute and or difference arising out of or relating to this contract will be resolved through joint discussion of the authorized representatives of the concerned parties. However, if the disputes are not resolved by joint discussions, then the matter will be referred for adjudication to a sole Arbitrator appointed by the DG STPI.

b) The award of the sole Arbitrator shall be final and binding on both the parties. The

arbitration proceedings shall be governed by Indian Arbitration and Conciliation Act 1996 as amended from time to time.

c) The cost of Arbitration shall be borne by the respective parties in equal proportions.

d) Arbitration proceedings will be held at Delhi only.

Jurisdiction of Court:

The courts at Delhi shall have the exclusive jurisdiction to try the disputes, if any, arising out of this agreement between the parties.

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 11 of 19

Annexure A

TERMS AND CONDITIONS

1. STPI will retain a sum at the rate of 5% as security of the gross amount of each payment.

The same will be released after one year of the completion of the Project or obtaining the completion certificate from the local authorities.

2. Architect/Architectural firm will be liable for punitive action (like forfeiture of security

and/or balance payments) if it fails in its duties including but not limited to any of the following: a) Provide complete set of Architectural Drawings like Plans, elevations and sections of

the selected Concept design along with soft copies (CAD Files) as may be required by STPI.

b) Prepare design document on the basis of appropriate standards, criteria and brief

specifications, perspective, sketches, and 3D computer models etc. renderings as part

c) Work with other Consultant/Consultants engaged by STPI for the Project. The consultant would need to work with STPI as and when required in the office of STPI for better co-ordination. The consultants will be required to submit the design and drawings within the time frame as required by STPI.

3. Once the design is finalized and accepted by STPI, it shall remain with STPI and the ownership of the selected design shall be deemed to be transferred to STPI.

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 12 of 19

Annexure B

FINANCIAL BID

Services Quotation

One-time Fee for Preparation & Submission of the Concept design & estimated cost for the project. The Architectural design shall also indicate design-intent for structural, internal & external services, plumbing, electrical, HVAC, acoustics, security communication, environmental, landscape & interiors etc. involved in the building planning including local approvals.

Lumpsum in INR (In figures and

words)

Signature & Seal of bidder

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 13 of 19

Annexure C

CHECK-LIST FOR PRE-QUALIFICATION CRITERIA

Architect/Architectural firm who fulfil the following requirements shall be eligible to apply. Sl. No.

Criteria Compliance (Yes/No)

Type of document to be

furnished

Page No.

1. Bid Security/EMD of Rs. 10,000/-

Scanned copy

2. The Architect/Architectural firm should be a member of Council of Architecture.

Self-attested copy of the registration certificate.

3. The Bidder should be a registered architect/ architectural firm having similar experience

Self-attested documentary proof

4. The Bidder should not be found indulged in any illegal activity and have no case pending with the police

Self-undertaking

5. The Bidder should provide Certificate of Registration for GST, acknowledgement of up-to-date “Tax Returns Filed”,

PAN Card in the name of individual/firm

Self-attested copy

Signature & Seal of bidder

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 14 of 19

Annexure D DETAILED SPACE REQUIREMENT FOR STPI PLOT ES-1, STPI NOIDA

SN. Description Built up Area

(in sq. mt.)

1 OFFICE SPACE FOR APPROX 150 STAFF 2591.82

2 AUDITORIUM 656.55

3 FINSHING SCHOOL SPACE 345.56

4 PLUG & PLAY INCUBATION SPACE 2073.46

5 RAW INCUBATION SPACE 2073.46

6 RETIRING ROOM (Guest)SPACE 172.8

7 SPACE FOR FUTURE EXPANSION 345.6

8 SPACE FOR AMENTIES like Parking, DG set room, AHU, Sub station etc.

1392

9 Double Basement for parking and services As required

Total 9651.25

Note:

1) As mentioned in table above Total 9651.25 Sqm Built up area is proposed.

2) Terms used in above Table is as follows –

OFFICE SPACE: Sitting arrangement of office Space should comprise - Seating for approx 120 Staffs Cabins for senior officials Cabin with PA room for Head of the Office. 1 No. of Conference room with 20 seats capacity. Discussion rooms with 4 seats capacity.

AUDITORIUM: A state of the art Auditorium for approx 200 seating capacity. FINSHING SCHOOL SPACE: A state of the art smart class room setup for rendering soft skill training with classroom sitting capacity of min 40 persons. PLUG & PLAY INCUBATION SPACE: An established space for incubation of IT/ITeS startup/industry which comprises-

Approx 266 work stations divided in different plug and play rooms, with various seating capacity, having modern seating arrangements as per prevailing IT/ITeS industry standards considering the local IT requirements.

Provisioning of Telephone, Electrical, and Networking I/O points at each seat.

RAW INCUBATION SPACE: All amenities of plug & Play incubation space except furniture & furnishings. RETIRING (GUEST) ROOM SPACE: A well designed /furnished suit room for min 2 guests having separate space of necessary amenities. along with canteen/Cafeteria facility. SPACE FOR FUTURE EXPANSION: To cater different future needs of STPI a separate space is required to be left undeveloped in raw form. SPACE FOR AMENTIES: New Building should be designed in such a manner that the common amenities like Parking, DG set room, AHU, Substation etc would be available as per requirements. BASEMENT: Double basement for parking and other services required. SPACE FOR FUTURE EXPANSION: To cater different future needs of STPI a separate space is required to be left undeveloped in raw form. SPACE FOR AMENTIES: New Building should be designed in such a manner that the common amenities like Parking, DG set room, AHU, Substation etc would be available as per requirements.

Signature & Seal of bidder

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 15 of 19

FORM ‘A’

DETAILS OF SIMILAR WORKS EXECUTED

S. No.

Name of work / Project& location

Owner or sponsoring organization

Cost of work in crores rupees

Date of commen-cement as per contract

Stipulated date of completion

Actual date of completion

Litigation arbitration cases pending / in progress with details *

Name and address / telephone number of officer to whom reference may be made

Remarks

1 2 3 4 5 6 7 8 9 10

* Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature & Seal of bidder

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 16 of 19

Annexure E

EMD Forwarding Letter

From (Name & Address of the Bidder) To The Director Software Technology Parks of India Ganga Software Technology Complex Sector-29, Noida – 201301 (U.P)

Sub: Earnest Money Deposit for bid no. STPIN/PUR/QUO/17-18/07 dated:09/08/2017. Ref.: Bid document ........................................... dated :........................... Dear Sir, We, M/s. ______________________________, having read and examined in detail the bid document and amendments for “RFP for inviting Concept Design Proposal from Architects/Architectural Firms for proposed Office building at Plot ES-1, STPI Noida”. We, M/s. ___________________________ hereby inform that EMD of Rs._____________( Rupees in words only) has been transferred through RTGS/NEFT . The details are as under: a. UTR No : b. Amount : c. Dated : We, M/s. ______________________________ having read and understand the clause no. _________ towards forfeit of EMD. Vendor details (for EMD return purpose) : a. Name of the company b. Name of Bank : c. Account Number : d. Branch Name: e. Branch Address : f. IFSC code :

Yours Sincerely,

Signature & Seal of bidder

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 17 of 19

Annexure F

Special Instructions to the Contractors/Bidders for the e-submission of the bids

online through e procurement tender site

1. Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll available in the Home Page. Then the Digital Signature enrollment has to be done with the e-token, after logging into the portal. The e-token may be obtained from one of the authorized Certifying Authorities such as eMudhraCA/GNFC/IDRBT/MtnlTrustline/SafeScrpt/TCS.Bidder then logs into the portal giving user id / password chosen during enrollment.

2. The e-token that is registered should be used by the bidder and should not be misused by others.

3. DSC once mapped to an account cannot be remapped to any other account. It can only be Inactivated.

4. The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then attached along with bid documents during bid submission. This will ensure lesser upload of bid documents.

5. After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as per the tender document, otherwise, the bid will be rejected.

6. The BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant coulmns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only.

7. If there are any clarifications, this may be obtained online through the eProcurement Portal, or through the contact details given in the tender document. Bidder should take into account of the corrigendum published before submitting the bids online.

8. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document, they can be clubbed together.

9. Bidder should arrage for the EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date and time for the tender.

10. The bidder reads the terms and conditions and accepts the same to proceed further to submit the bids

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 18 of 19

11. The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay or problem during the bid submission process.

12. There is no limit on the size of the file uploaded at the server end. However, the upload is decided on the Memory available at the Client System as well as the Network bandwidth available at the client side at that point of time. In order to reduce the file size, bidders are suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the size of file also gets reduced. This will help in quick uploading even at very low bandwidth speeds.

13. It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure that he/she completes the Bid Submission Process. Bids Which are not Frozen are considered as Incomplete/Invalid bids and are not considered for evaluation purposes.

14. In case of Offline payments, the details of the Earnest Money Deposit(EMD) document submitted physically to the Department and the scanned copies furnished at the time of bid submission online should be the same otherwise the Tender will be summarily rejected

15. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues.

16. The bidder may submit the bid documents online mode only, through this portal. Offline documents will not be handled through this system.

17. At the time of freezing the bid, the eProcurement system will give a successful bid updation message after uploading all the bid documents submitted and then a bid summary will be shown with the bid no, date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of the bidder and then submitted.

18. After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening event.

19. Successful bid submission from the system means, the bids as uploaded by the bidder is received and stored in the system. System does not certify for its correctness.

20. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected

21. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement

Tender Ref. No. STPIN/QUO/PUR/17-18/07 dated 09/08/2017

Page 19 of 19

portal. The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission.

22. All the data being entered by the bidders would be encrypted at the client end, and the software uses PKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission and not viewable by any one until the time of bid opening. Overall, the submitted bid documents become readable only after the tender opening by the authorized individual.

23. During transmission of bid document, the confidentiality of the bids is maintained since the data is transferred over secured Socket Layer(SSL) with 256 bit encryption technology. Data encryption of sensitive fields is also done.

24. The bidders are requested to submit the bids through online eProcurement system to the TIA well before the bid submission end date and time (as per Server System Clock).

For any other queries, the bidders are asked to contact on 24 x 7 Toll Free Telephonic Help Desk Number 1800-3070-2232 or Mobile Nos 91-7878007972, 91-7878007973, 91-7574889871 and 91-7574289874or Mail to : [email protected]


Recommended