Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
1
-
साँ�वेयर टेोलाँजी पा�� आँफ इंिडया, हैदराबाद SOFTWARE TECHNOLOGY PARKS OF INDIA, HYDERABAD
6Q3, 6th floor, Cyber Towers, HITEC City, Madhapur, Hyderabad – 500081, Tel: +91-40-66415600/11
Tender Document for Hiring of Consultant/Consultancy Firm for Certification
Process for ISO 9001:2015 QMS and ISO 27001:2013 ISMS
(Tender No: STPH/NIT/19-20/05, Dated 11/07/2019)
2
Brief Introduction of STPI
Software Technology Parks of India was established and registered as an
Autonomous Society under the Societies Registration Act 1860, under the Ministry
of Electronics and Information Technology (MeitY), Government of India on 5th
June 1991 with an objective to implement STP/EHTP Scheme, set-up and manage
infrastructure facilities and provide other services like technology assessment and
professional training.
STPI has been the critical support agency for the Indian Information Technology &
Hardware Industry for the statutory services, technology services, incubation
services, industry promotion and government interfacing services.
STPI’s Industry Promotional and Service Provider role has been one of the key
ingredients in the success story of Indian IT industry. Headquartered in New Delhi,
STPI has 9 Jurisdictional Directorates with 59 centers across the country.
STPI-Hyderabad is Jurisdictional Directorate of Andhra Pradesh and Telangana
states and having sub centers at Vishakhapatnam, Vijayawada, Kakinada, Tirupati
and Warangal.
“Scope of Tender is Hiring of Consultant/Consultancy Firm for certification process for ISO 9001: 2015 & ISO 27001:2013 for STPI-Hyderabad Jurisdictional Directorate”
Signature & Seal of the Bidder
3
साँ�वेयर टेोलाँजी पा�� आँफ इंिडया, हैदराबाद Software Technology Parks of India, Hyderabad
6Q3, 6th floor, Cyber Towers, HITEC City, Madhapur, Hyderabad – 500081, Tel: +91-40-66415600/11, Fax +91-40-23100501, URL: www.hyd.stpi.in
TENDER DOCUMENT Tender Title: Hiring of Consultant/Consultancy Firm for Certification Process
for ISO 9001:2015 QMS and ISO 27001:2013 ISMS Tender Ref. No : STPH/NIT/19-20/05
Last date & Time : 01/08/2019, 4.00 PM
Software Technology Parks of India, Hyderabad invites quotations for Hiring of
Consultant/Consultancy Firm for Certification Process for ISO 9001:2015 and ISO
27001:2013 at Hyderabad and Sub-Centres in Two Bid system (Technical Bid & Financial
bid) as per the terms and conditions specified below:
Tender Schedule
Mode of Tendering e-publishing on URL https://eprocure.gov.in Two-bid system as follows (a) Technical Bid
(b) Financial Bid
EMD / Bid security Rs. 5000/- (Rupees Five Thousand only) Through NEFT (Bank details Account Holder’ Name: Software Technology Parks of India Name and Address of Bank: Bank of India, Madhapur Branch Bank Account Number: 863810110002196 Account Type: Savings Bank Account IFSC Code: BKID0008638 MICR Code: 500013024
Date of Tender Publication 11/07/2019
Tender download Start date 12/07/2019
Tender download End date 01/08/2019
Date of Pre-bid Meeting 16/07/2019, 11.00 A.M
Last date & Time for submission of bids 01/08/2019, 4.00 P.M
Bid opening date (Technical Bid) 01/08/2019, 4.30 PM
Financial Bid opening date Will be Intimated separately
Venue of Pre-bid Meeting STPI, 6Q3, 6th Floor, Cybertowers, HITEC City, Madhapur, Hyderabad-81.
Validity of Bids 90 days from the date of closing
(Aby John) Sr. Admin. Officer
Signature & Seal of the Bidder
4
साँ�वेयर टेोलाँजी पा�� आँफ इंिडया, हैदराबाद Software Technology Parks of India, Hyderabad
6Q3, 6th floor, Cyber Towers, HITEC City, Madhapur, Hyderabad – 500081, Tel: +91-40-66415600/11, Fax +91-40-23100501, URL: www.hyd.stpi.in
INDEX
S.No. Title Page No.
1 Notice Inviting Tender
5
2 Procedure for submission of bids
6
3 Scope of Consultancy firm (Annexure-I)
7
4 General Terms & Conditions
8
5 Document Evidence to be submitted to support Eligibility (Annexure-II)
14
6 Details of Company / Firm information ( Annexure- III)
15
7 Technical Proposal Content (Annexure - IV)
16
8 Compliance Sheet (Annexure-V)
17
9 Completed ISO certification Projects / Works (Annexure-VI)
18
10 Financial bid format (Annexure VII)
19
11 Non-Disclosure Agreement (Annexure VIII)
20
12 Declaration (Annexure IX)
25
13 EMD forwarding Letter (Annexure X)
26
14 List of Hyderabad – Sub centres with addresses (Annexure XI)
27
Signature & Seal of the Bidder
5
साँ�वेयर टेोलाँजी पा�� आँफ इंिडया, हैदराबाद Software Technology Parks of India, Hyderabad
6Q3, 6th floor, Cyber Towers, HITEC City, Madhapur, Hyderabad – 500081, Tel: +91-40-66415600/11, Fax +91-40-23100501, URL: www.hyd.stpi.in
NOTICE INVITING TENDER
Director, Software Technology Parks of India, Hyderabad, invites Open
Tender in two bid system for “Hiring of Consultant /Consultancy firm for
Certification Process for ISO 9001:2015 and ISO 27001:2013 for STPI-
Hyderabad & Sub-centres”.
The tender document is h o s t e d a n d available on websites www.hyd.stpi.in
and https://eprocure.gov.in
Intending bidders may download the complete tender document from the website
www.hyd.stpi.in and https://eprocure.gov.in and should take into account
corrigendum, if any published, before submitting their bids. Bidders are
therefore, requested to visit t h e a b o v e websites regularly to keep themselves
updated.
Bidder are requested to submit sealed bids to this office addressed to Director, STPI,
6Q3, 6th Floor, Cyber towers, HITEC City, Madhapur, Hyderabad-500081 so as to
reach this office on or before due date and time.
(Aby John) Sr. Admin Officer
Signature & Seal of the Bidder
6
Procedure for Submission of Bids
TECHNICAL BID (Cover1): Technical bid containing following Information/Documents should be submitted in
sealed covered superscribed as Technical bid:
1. Scope of Consultant/Consultancy Firm in Annexure-I
2. Document Evidence to be submitted to support eligibility in Annexure-II
3. Details of company/firm as per the format given in Annexure-III
4. Details of Technical proposal as per Annexure-IV
5. Compliance sheet as per Annexure-V
6. Completed ISO certification projects/works as per Annexure-VI
7. Non-Disclosure Agreement given in Annexure-VIII
8. Declaration in Annexure-IX
9. EMD forwarding letter in Annexure - X
10. List of STPI Hyderabad and Sub-centers with address in Annexure-XI
FINANCIAL BID (Cover-2):
Financial bid containing commercials as per given format in Annexure-VII should
be submitted in sealed cover superscribed as financial bid
Note: Tender consisting of Technical Bid and Financial Bid shall be sealed
separately and to be put in single sealed envelope and superscribed by tender subject and number.
For any queries and clarifications on the tender document, please contact the
following officials
1. Mr. Kiran Kumar, Joint Director, LL: 040-66415646
2. Mr. T. Ravi, Dy. Director, LL: 040-66415651
3. Mr. Viswa Sai, Technical Officer, LL: 040 - 66415647
Aby John Sr. Admin. Officer
Signature & Seal of the Bidder
7
Annexure-I Scope of Consultant/Consultancy Firm To make STPI-Hyderabad & Sub-centers ready (in all terms) for QMS and ISMS
Certifications to following standards:
ISO 9001:2015 Quality Management System
ISO 27001:2013 Information Security Management System
Details of services to be provided relating to the above standards
S.No. Activity
1
Review and up-gradation of all current ISO related documents Including
manuals, procedures, work instructions, checklists and formats in line with STPI
by laws & Others norms.
2 Implementation of ISO 27001:2013(ISMS) & ISO 9001:2015 Certification Process
for Hyderabad & Vishakhapatnam, Vijayawada, Warangal, Kakinada, Tirupati.
3 Assist in complete Certification-process for ISO 9001:2015 and ISO 27001:2013 Any
issues till the certification is received should be rectified by the consultant
4 Assist in preparation of Tender document for selection of certification body
5
Prepare the QMS documents as per ISO 9001:2015 and ISMS documents as per ISO
27001:2013 guidelines. Implement an ISMS and QMS based on the requirements.
6
Training of all core personnel involved with Quality management system and
Information Security Management System training of internal auditors,
emphasizing auditing concepts, audit question development, audit report
development, audit report preparation and other required topics for training staff.
7 Perform an internal audit before the commencement of external certification audit
for ISO 9001:2015 and ISO 27001:2013.
8
Establish suitable methods to evaluate Processed data for continual
Improvement of Information Security and Quality Management Systems.
Signature & Seal of the Bidder
8
GENERAL TERMS & CONDITIONS
I. GENERAL TERMS
1) The tender documents shall be treated as “confidential”
2) Each page of the tender document should be signed and stamped by authorized
signatory.
3) Alterations, if any, in the quotation should be attested by the tenderer, failing
which the tender is liable to be rejected.
4) Rates of all items should be quoted. Otherwise, the bid shall be rejected.
5) STPI also reserves the right to modify/relax any of the terms & conditions of the
tender.
6) Compliance Statement: The bidder should quote strictly as per the tender
specification. A Statement of Compliance shall be given against each item in the
prescribed format given in Annexure-V. The compliance statements should be
supported by authentic documents. Each page of the bid and cuttings /
corrections if any shall be duly signed by the authorized signatory. Failure to
comply with this requirement may result in the bid being rejected.
7) Price Basis: Price quoted should be in the prescribed format as per Annexure -VII
8) Earnest Money Deposit (EMD)
(a) The Technical Bid should accompany document containing details of online transfer towards EMD for an amount of Rs. 5,000/- (Rupees Five Thousand Only) through NEFT/RTGS. Details of bank account are given below:
Account Holder’ Name : Software Technology Parks of India Name and Address of Bank : Bank of India, Madhapur Branch Bank Account Number : 863810110002196 Account Type : Savings Bank Account IFSC Code : BKID0008638 MICR Code : 500013024
Signature & Seal of the Bidder
9
(b) 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.
(c) The EMD shall be forfeited, if the bidder withdraws the bid during the period
of bid validity specified in the tender.
(d) The bidders those who have registered with NSIC/MSEs shall be exempted for
submission of EMD. However, the bidder shall submit the valid NSIC
registration certificate for availing such exemptions. Copy of the valid NSIC
certificate should be submitted along with the tender document in Technical
Bid through online mode only, failing which offer may be liable for rejection of
the bids.
9) Non-Disclosure agreement has to be submitted as per Annexure-VIII by
successful bidder only.
10) Forfeiture of EMD:
(a) If the successful bidder refuse/fails to accept purchase/work order within
Seven days,
(b) If the Bidder withdraws tender before/after finalization of the tender.
(c) If the successful bidder abandons the contract
11) Rejection of the bid: The bidder is expected to examine all instructions,
formats, terms & Conditions & scope of work in the bid document. Failure to
furnish all information required as per bid document or submission of bid which
is not substantially responsive to the bid document in every respect may result
in rejection of bid.
In respect of interpretation/clarification of this bid document and in respect of
any matter relating to this bid document, the decision of STPI-Hyderabad will be
final.
Signature & Seal of the Bidder
10
12) Blacklisting: Company/Firm blacklisted by Govt./PSU/Autonomous
Bodies/Corporate organization are not eligible to Bid.
13) Force Majeure: If at any time during the contract, 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 the 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 performance of their obligations. The performance of
any 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, if any, or seven days, whichever is more;
either party may at its option terminate the contract.
14) Jurisdiction of Court: The courts at Hyderabad shall have the exclusive
jurisdiction to try all disputes, if any, arising out of this agreement between the
parties.
15) Dispute Resolution:
(a) Any dispute and or difference arising out of or relating to this contract will be
resolved through joint discussion of the authorities’ 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
DIRECTOR, HYDERABAD.
Signature & Seal of the Bidder
11
(b) The award of the sole Arbitrator shall be final and binding on all the parties.
The arbitration proceeding’s 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. During the pendency of the arbitration proceeding and currency
of contract, neither party shall be entitled to suspend the work/service to
which the dispute relates on account of the arbitration and payment to the
contractor shall continue to be made in terms of the contract. Arbitration
proceedings will be held at Hyderabad only.
II. ELIGIBILITY CRITERIA
The engaged consultant / consultancy firm should have extensive and proven
mix of skill and expertise in the field of ISO 9001:2015 and ISO 27001:2013
certification Process. Previous experience of similar work is essential. The
consultant must meet the following minimum criteria:-
a) The bidder should be a registered company under Companies Act, 1956
/Proprietor/Partnership / Pvt Ltd (Copy of PAN/GST registration/ROC etc.).
b) Bidder should have valid adequate certification as Lead Auditor for ISO
9001:2015 and ISO 27001:2013. The Certification must be valid till entire
contract period.
c) Bidder should have successfully executed minimum two similar consultancy
works for Implementation for ISO 9001 and ISO 27001 i.e., 2 Orders for ISO
9001 and 2 Orders for ISO 27001, during the last 3 financial years. (Provide
details in the Annexure VI prescribed).
d) The Consultant should have a minimum of 5 years of professional
experience in ISO 9001 and ISO 27001 consulting. (Provide details in the
Annexure II prescribed)
e) Bidder should have local presence at Hyderabad.
f) The bidders should not be Black listed by and state/Central
Govt./PSU/Autonomous Body (Self Declaration on Letter Head)
Signature & Seal of the Bidder
12
III. INSTRUCTIONS FOR SUBMISSION OF BIDS a. Envelope shall contain Technical Bid with complete technical details and
requisite documents as per Annexure IV. The proof of EMD remittance of
requisite value must be enclosed with technical bid as per Annexure X
and envelope superscribing on the sealed envelope as “Technical Bid”.
b. Financial bid shall be submitted as per Annexure VII in a separate sealed
envelope superscribing on the sealed envelope as “Financial Bid - Do not
open”. Conditional financial bid shall be summarily rejected and any
correction/modification is not allowed.
c. Venue of Technical Bid Opening: Tenders will be opened in Conference
Room, STPI-6Q3, 6th floor, Cyber Towers, HITEC City, Madhapur,
Hyderabad – 500081.
d. Financial bids of bidders, who has qualified in technical evaluation will
only be opened and STPI will intimate/publish the date & time of opening
of financial bids.
IV. AWARD OF CONTRACT
STPI-Hyderabad shall award the contract to the eligible bidder whose bid has
been determined as the lowest evaluated financial bid of technically qualified
vendor. In case more than one bidder emerged as L1 with same price, contract
will be awarded to the vendor with highest cumulative audited annual
turnover for last three financial years.
V. PAYMENT TERMS Payment will be released against the bill/invoice raised in the following
manner:
1. After completion of QMS & ISMS documentation: 30 %.
2. After completion of Training and Internal Audit: 20 %.
3. Remaining Payment 50 % after completion of certification process/ 3rd
party surveillance for ISO 9001:2015 & ISO 27001:2013.
Signature & Seal of the Bidder
13
VI. RIGHT TO CANCEL THE TENDER
Director, STPI-Hyderabad reserves the right to cancel the tender at any stage
without any Prior notice without assigning any reason thereof.
VII. CANCELLATION OF CONTRACT ORDER
Director, STPI- Hyderabad reserves the right for cancellation of contract order
at any time if the services are found unsatisfactory without any prior notice
and without assigning any reasons thereof.
VIII. SETTELEMENT OF DISPUTES CLAUSE
Any dispute or difference whatsoever arising between the tenderer and STPI
shall be settled by arbitration in accordance with the provisions of the
Arbitration and Conciliation Act, 1996. In such case the same shall be referred
to the sole arbitration of Director, STPI, Hyderabad. The award of the
arbitrator shall be final and binding on both the parties. The venue of the
arbitration shall be at Hyderabad. The language of arbitration shall be in
English. Legal issues, if any, will strictly be under jurisdiction courts in
Hyderabad only.
IX. TRAVEL & BOARDING
STPI will arrange/reimburse the travelling/boarding charges from Hyderabad
to Sub-centers as per requirement.
Aby John Sr. Admin. Officer
Signature & Seal of the Bidder
14
Annexure-II
Document /Information to be submitted along with the bid to support eligibility criteria as per Tender:
a) Contract/work orders indicating the details of assignment, client,
value of assignment, date and year of award.
b) Relevant Detailed resume of consultant/(s) indicating the details of
qualifications and professional experience (duly signed by bidder).
c) Completion certificates of previous projects undertaken (Desirable). In
case the organization is not able to submit completion certificates, a
declaration from the company w.r.t similar work done/in process should
be submitted. Submission of complete contact details (telephone No,
Address, organization name) of the contact person where the work has
been done is mandatory.
d) Date-wise activity plan for the given scope (duly signed by bidder).
(The above documents should appropriately be earmarked or flagged to
facilitate quick Identification and scrutiny)
Signature & Seal of the Bidder
15
Annexure III
Company/firm Information 1 Company Name *
2 Registration Number *
3 Registered Address*
4 Bidder type* Indian Foreign
5 City*
6 State*
7 Postal Code*
8 PAN/GST Number*
9 Company’s Nature of Business*
10 Company Legal status* Limited company Undertaking Joint venture Partnership Others
11 Company Category*
Micro unit as per MSME, Small unit as per MSME, Medium unit as per MSME , Ancillary unit, Project affected person of this company SSI Others
Contact Information of person:
12 Contact Name*
13 Date of birth of person*
14 Correspondence email*
15 Phone*
16 Mobile*
16
Signature & Seal of the Bidder
Annexure-IV Technical Proposal Containing Following Information/documents to be
Submitted along with Bid.
Technical Proposal should be prepared considering the Terms of Reference,
Detailed Approach & Methodology, Activity Schedule & Deliverables, Time period
and any other information to highlight the capability of the consultant.
Technical Proposal must include: a) Brief description about the Consultant/Consultancy firm.
b) Consultants’ experience: In addition to overall experience of the consultant,
details of specific consultancy projects/studies undertaken may be provided
including Assignment /project name, description of services provided appx.
Value of assignment, country & location, duration of assignment, name of
client, starting & completion dates, names of associates (other than
employees), if any. Consultancy experience of helping government
departments /PSUs obtain ISO 9001:2015 may be specifically mentioned.
c) Approach
d) Methodology
e) Work Plan and Schedule
f) Team size
g) Detailed Resume of consultant (duly signed by bidder)
h) Copy of PAN Card
i) Copy of GST registration
Signature & Seal of the Bidder
17
Annexure-V
Compliance Sheet for documents submission:
Signature & Seal of the Bidder
S. No.
Document/Details
Status of
compliance
Complied/Not
Complied
1 Brief description about the Consultant
2 Consultants’ experience details
3 Approach
4 Methodology
5 Work Plan and Schedule
6 Team size
7 Detailed Resume of consultant (duly signed by bidder)
8 PAN Card of consultant/consulting firm Tax registration
of consultant/consulting firm
9 Copy of GST registration
10 Acceptance for NDA Agreement
18
Annexure -VI
Completed ISO Certification Projects/Works
S. No Organization
Whether Central
Govt./State Government/ Public
Sector Undertaking
Number of Projects
Date of award of contract
Value of contract
Date of completion
of projects
Documentary proof in support of
Column(7)
Details of
concerned
(1) (2) (3) (4) (5) (6) (7) (8) (9)
Signature & Seal of the Bidder
19
ANNEXURE-VII
Commercial Bid (To be submitted on Company/firm Letterhead)
S.No
Description Qty. Price in INR.
1
Charges for Hiring of Consultant/Consultancy Firm for certification Process for ISO 9001: 2015 & ISO 27001:2013 at STPI Hyderabad and Sub-centers as per Scope, terms & conditions of Tender document
LS
Applicable GST (@________%) :
Total (Inclusive of taxes) :
(Total in Words: _____________________________________________________________ _____________________________________)
(Signature of the Tenderer) Name & Designation
Company Seal
Signature & Seal of the Bidder
20
ANNEXURE - VIII
Non-Disclosure Agreement
THIS AGREEMENT is made by and between SOFTWARE TECHNOLOGY PARKS OF
INDIA, an Autonomous Society under Ministry of Electronics & Information Technology,
Govt. of India herein referred to as ‘DISCLOSING PARTY’ whose address is 6Q3, 6th
Floor, Cyber Towers, HITEC City, Madhapur, Hyderabad-500081, and M/s.
…………………………………....Address................ ........................................................
.......................................................................................
Both the parties shall mean and include their successors at Office from time to time, legal
representatives, administrators, executors and assigns, etc.
This agreement shall govern the conditions of disclosure by disclosing party to Recipient
of certain confidential and proprietary information that is oral, written, or in computer file
format. Examples of Confidential Information include the identities of companies,
consultants and other service providers used by disclosing party, both foreign and
domestic, in connection with disclosing party’s business, supplier lists, supplier
information, computer databases containing customer, product and vendor information,
designs, drawings, specifications, techniques, models, documentation, diagrams, flow
charts, research and development process and procedures, ‘know-how’, new product or
new technology information, financial, marketing and sales information and projections,
product pricing, profitability, marketing techniques and materials, marketing timetables,
strategies and development plans, trade names and trademarks not yet disclosed to the
public, business methods and trade secrets, and personnel information.
1. Purpose of Disclosure. Disclosing party is disclosing the Confidential Information to
Recipient in order for Recipient to evaluate the possibility of using disclosing party’s
services like Call Centers/Contact Centers Projects, Business Process Outsourcing
covering all different kind of Verticals, Information Technology Services, Back and
Transaction Processing Services, Business Analysis, Business Process Re-engineering,
Data Analysis, Quality Analysis and the Statutory & Datacom services etc.
Signature & Seal of the Bidder
21
2. Confidentiality Obligations of Recipient. Recipient hereby agrees:
(a) Recipient will hold the Confidential Information in complete confidence and not to
disclose the Confidential Information to any other person or entity, or otherwise
transfer, publish, reveal, or permit access to the Confidential Information without
the express prior written consent of Disclosing Party.
(b) Recipient will not copy, photograph, modify, disassemble, reverse engineer,
decompile, or in any other manner reproduce the Confidential Information
without the express prior written consent of disclosing party. If any Confidential
Information is delivered to Recipient in physical form, such as data files or hard
copies, recipient will return the Confidential Information, together with any
copies thereof, promptly after the purpose for which they were furnished has
been accomplished, or upon the request of disclosing party. In addition upon
request off disclosing party in writing/email, Recipient will destroy materials
prepared by Recipient that contain Confidential Information.
(c) Recipient shall use Confidential Information only for the purpose of evaluating
Recipient’s interest in using disclosing party’s services, and for no other purpose.
Without limiting the generality of the previous sentence, Recipient specifically
agrees not to sell, rent, or otherwise disclose any of disclosing party’s Confidential
Information either in full or part to any competitor of disclosing party, nor will
Recipient use the Confidential Information to directly or indirectly contact or
contract with any of disclosing party’s employees, vendors, contractors and agents
who carry out or otherwise fulfil the services on behalf of disclosing party (its
‘Affiliates’). Recipient shall promptly notify disclosing party of any disclosure or use
of Confidential Information in violation of this Agreement for which disclosing party
shall indemnify the Recipient for that part.
3. Exclusions. None of the following shall be considered to be ‘Confidential Information’:
(a) Information which was in the lawful and unrestricted possession of Recipient
prior to its disclosure by disclosing party;
(b) Information which is readily ascertainable from sources of information
freely/easily available in the general public;
(c) Information which is obtained by Recipient from a third party who did not derive
such information from disclosing party.
Signature & Seal of the Bidder
22
4. Remedies. Recipient acknowledges that disclosing party’s Confidential Information
has been developed or obtained by the investment of significant time, effort and
expense and provides disclosing party with a significant competitive advantage in its
business, and that if Recipient breaches its obligations hereunder, disclosing party will
suffer immediate, irreparable harm for which monetary damages will provide
inadequate compensation. Accordingly, the disclosing party will be entitled, in addition
to any other remedies available at law in equity, to injunctive relief to specifically
enforce the terms of this Agreement. Recipient agrees to indemnify disclosing party
against any losses sustained by disclosing party, including reasonable attorney’s fees,
by reason of the breach of any provision of this Agreement by Recipient.
Recipient further acknowledges that disclosing party’s business would be severely hurt
if Recipient were to directly contract with its Affiliates without the participation of
disclosing party. Therefore, if Recipient directly or indirectly contracts with any of
disclosing party’s Affiliates whose identity and/or particulars are disclosed to Recipient
pursuant to this Agreement (Except Affiliates with whom Recipient had a demonstrable
prior existing business relationship).In the event of circumvention, by the Recipient
whether directly or indirectly, the disclosing party shall be entitled to a legal monetary
penalty award, equal to the maximum consulting service/consulting fee,
commission/profit originally expected or emplated to be realized from such
transaction(s).
This payment levied against and paid immediately by the party engaged in
circumvention and also in addition includes all legal expenses in the recovery of these
funds if collected through legal action by either party. This penalty shall not apply
when the alleged Circumventure does not result in a transaction being concluded. The
parties acknowledge it would be extremely difficult or impossible to accurately it would
be extremely difficult or impossible to accurately fix the actual damages that disclosing
party would suffer in the event of a breach of the aforementioned obligations, and that
the liquidated damages provided for herein are a reasonable estimate of disclosing
party’s actual damages, which shall be fixed by the arbitrator who shall also be in the
same business.
5. No Rights Granted to Recipient. Recipient further acknowledges and agrees that
the furnishing of Confidential Information to Recipient by disclosing party shall not
constitute any grant or license to Recipient under any legal rights now or hereinafter
held by disclosing party.
Signature & Seal of the Bidder
23
6. Miscellaneous Provisions:
a) This Agreement sets forth the entire understanding and Agreement between the
parties with respect to the subject matter hereof and supersedes all other oral or
written representations and understanding. This Agreement may only be amended or
modified by a writing signed by both parties.
b) If any provision of the Agreement is held to be illegal, invalid or unenforceable, the
legality, validity and enforceability of the remaining provisions will not be affected or
impaired.
c) This Agreement is binding upon the successors, assigns and legal representatives the
parties hereto, and is intended to protect Confidential Information of any successors
or assign of disclosing party.
d) Each Provision of this Agreement is intended to be valid and enforceable to the fullest
extent permitted by law. If any provision of this Agreement is determined by any court
of competent jurisdiction or arbitrator to be invalid, illegal, or enforceable to any
extent, that provision shall, if possible, be construed as though more narrowly drawn,
if a narrower construction would avoid such invalidity, illegality, or unenforceability,
be served, and the remaining provisions of this Agreement shall remain in
effect/force.
e) The terms and conditions governing the provision of the agreement shall be governed
by and construed in accordance with laws of the union of India and shall be subject
to the exclusive jurisdiction of the courts of Hyderabad
f) Any or all disputes arising out or in connection with this agreement shall so far as
may be possible to settle amicably between the parties within a period of thirty days
from such dispute(s) arising.
g) However, failing such amicable settlement all disputes and differences out of the
construction of or concerning anything contained in or arising out of or in
connection with this agreement as to the rights, duties or liabilities arising it,
to the parties shall be referred to a panel of three arbitrators, for conducting
Arbitration in accordance with the provisions of Arbitrations and Conciliation Act
1996.
h) It is agreed that each party shall appoint one arbitrator and the third arbitrator
from the same business.
Signature & Seal of the Bidder
24
i) The appointment of arbitrators shall be done within a period of three months
from the date of receipt of notice from the aggrieved party requesting to refer
the matter to arbitration in case amicable settlement fails.
j) The parties shall mutually ensure and co-operate with each other in the arbitral
proceedings, so that the same can be concluded and awarded within a period
of six months from the date of commencement of the arbitral proceedings.
k) The arbitral proceedings shall be conducted in English, both parties shall be bound
by the award passed and delivered by the arbitral tribunal and shall not attempt
to challenge the authenticity of the award, before any authority or courts or any
other statutory body.
l) The venue of arbitration shall be Hyderabad.
m) If any litigation is brought by either party regarding the interpretation or
enforcement of this Agreement, the prevailing party will recover from the other all
costs, attorney’s fees and other expenses incurred by the prevailing party from
the other party.
n) This agreement is valid till completion of work.
Signed on behalf of
M/s Software Technology Parks of India
Signature: Name:
Designation with seal: Date:
M/s. ………………..................
Signature: Name:
Designation with seal: Date:
Signature & Seal of the Bidder
25
Annexure –IX
DECLARATION
I hereby certify that the information furnished above is full and correct to
the best of my/our knowledge. I understand that in case any deviation is found
in the above statement at any stage, the supplier will be blacklisted and will not
be permitted to have any dealing with the STPI-Hyderabad in future.
Seal and Sign of Bidder
Name & Address:
Signature & Seal of the Bidder
26
Annexure-X
EMD Forwarding Letter
From (Name & Address of the Bidder) To
The Director Software Technology Parks of India
6Q3, 6th Floor, Cyber towers, HITEC City Madhapur, Hyderabad-500081
Sub: Earnest Money Deposit against the tender no. STPH/NIT/19-20/05 dated 11/07/2019
Ref.: Bid document .............................. dated ...........................
Dear Sir, We, M/s. ______________________________, having read and examined in detail the bid document and amendments for “Tender for Hiring of Consultant /Consultancy firm for Certification process for ISO 9001:2015 and ISO 27001:2013 at STPI-Hyderabad”.
We, M/s. ___________________________ hereby inform that EMD of Rs.5000 ( Rupees Five Thousand 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. I (8)
of General terms & conditions of Tender document 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
27
ANNEXURE XI STPI – Hyderabad & Sub-centers address
Signature & Seal of the Bidder
STPI Hyderabad Director Software Technology Parks of India 6Q3, 6th floor, Cyber Towers HITEC City, Madhapur Hyderabad - 500081 Tel: +91-40-66415600/11
STPI-Hyderabad (NOC)
Road No:25, Jubilee Hills Hyderabad-500033 Tel :+91-40-66415635
STPI-Hyderabad (IMAGE)
Solitaire Building, Plot No 14 & 15, Software Units Layout, Madhapur, Hyderabad - 500081
STPI Vishakhapatnam
Officer-in-Charge Software Technology Parks of India Unit. No. 9, SDF-1 Building Visakhapatnam Special Economic Zone Near Duvvada Railway Station Visakhapatnam - 530049 Andhra Pradesh, India Tel: +91-891-6452474 Fax: +91-891-2587226
STPI Kakinada
Officer-in-Charge Software Technology Parks of India Collectorate Compound Kakinada - 533001 Andhra Pradesh, India Tel: +91-884-6660115/123 Fax: +91-884-6660112
STPI Vijayawada
Officer-in-Charge Software Technology Parks of India Govt. Polytechnic College Campus Opp. Stella College, Near Benz Circle Vijayawada - 520008 Andhra Pradesh, India Tel & Fax: +91-0866-2494243
STPI Tirupati
Officer-in-Charge Software Technology Parks of India Survey No. 234, Behind Urban Haat Tiruchanur Road Tirupati - 517503 Andhra Pradesh, India Tel & Fax: +91-0877-2239262
STPI Warangal
Officer-in-Charge Software Technology Parks of India Kakatiya IT Park, H.No:2-5-906/1,2 Circuit House Road, Hanamkonda, Warangal – 506001 Tel & Fax: +91-870-2446944