Page 1 of 25
TENDER NOTICE
Software Technology Parks of India -Pune
I Inviting officer, Authority, Designation
and Address Website:
The Director,
Software Technology Parks of India,
Plot no. P-1, Rajiv Gandhi Infotech Park,
M.I.D.C, Hinjewadi, Phase-1,
Pune-411057
Website : www.mah.stpi.in
Phone – 020-22981000 Fax – 020-22981035
II A. Name of the work
B. Place of execution
Disposal of E-waste & Other Items.
STPI-PUNE, MUMBAI, NASHIK,
AURANGABAD & KOLHAPUR
III Tender documents available on website
www.mah.stpi.in & https://eprocure.gov.in
IV Due Date, time and place of submission of
Tender
Due Date : 4th January,2018
Time : 1500 hrs
Place : At the above mentioned in
Column I
V. Place, date and time of Opening of Tender Due Date : 4th
January,2018
Opening Time : 1530 hrs
Place : At the above mentioned in
Column I
VI Any other important criteria specified by the tender inviting authority:-
Tender received after due date and time will be summarily rejected
STPI invites sealed tenders towards Sale of E-waste & Other items at STPI-Pune, Mumbai, Nashik,
Aurangabad & Kolhapur. The bid should be sealed by the bidder and duly super scribed as Tender
No: STPI/P/Disposal/07/2017-18 dated 15th
December, 2017 and name of the tender.
Intending eligible bidders may obtain a copy of bid document from Software Technology Parks of
India, Plot no. P-1, Rajiv Gandhi Infotech Park, M.I.D.C, Hinjewadi, Phase-1, Pune - 411057 or
can be downloaded from website www.mah.stpi.in & https://eprocure.gov.in
The details of the EMD fee paid / transferred through NEFT / RTGS or any other online payment
mode should be enclosed with the techno-commercial bid of tender document. EMD fees will not
be accepted in the form of cash /cheque/Demand Draft.
DIRECTOR
STPI-PUNE
Page 2 of 25
सॉ�टवेयर टेनोलॉजी पास� ऑफ इं�डया Software Technology Parks of India
(भारत सरकार, इले�ॉ�नक� एवं सचूना !ौ#यो$गक� मं'ालय के अंतग�त )वाय*त सोसाइट+)
(An autonomous society under Govt. of India, Ministry of Electronics & Information Technology)
P-1, Rajiv Gandhi Infotech Park, M.I.D.C, Hinjewadi, Phase-1, Pune – 411 057.
P-1, राजीव गांधी इ-फोटेक पाक� , एम.आई.डी.सी, 0हजेंवाडी,फेस 1, पुणे- 411 057
फोन / Tel : 91-20-2298 1000 , फैस / Fax : 91-20-2298 1035
वेबसाइट / Website : www.mah.stpi.in
TENDER DOCUMENT
STPI/P/DISPOSAL/07/2017-18 dated 15th
December, 2017
DISPOSAL OF E-WASTE & OTHER ITEMS AT STPI-PUNE, MUMBAI,
NASHIK, AURANGABAD & KOLHAPUR THROUGH REGISTERED
E-WASTE RE-CYCLERS/ DISMANTALLER
1. MODE OF TENDERING : Single Bid system
The bid has to be submitted in single sealed cover labeled as under:
“TENDER FOR DISPOSAL OF E-WASTE & OTHER ITEMS AT STPI-PUNE, MUMBAI,
NASHIK, AURANGABAD & KOLHAPUR”. Address to:
The Director
Software Technology Parks of India Plot no. P-1, Rajiv Gandhi Infotech Park, M.I.D.C
Hinjewadi, Phase-1, Pune-411057
2. EARNEST MONEY DEPOSIT (EMD) : Rs. 10,000/- (Rupees Ten Thousand only
through NEFT or RTGS or any other online
payment mode in favor of Software
Technology Parks of India)
3. DATE & TIME OF PRE-BID INSPECTION : 18th
December, 2017 to 28th
December, 2017
(on all working days) 1000 Hrs. to 1700 Hrs.
4. LAST DATE & TIME FOR SUBMISSION OF BID: 4th
January, 2018 at 1500 Hrs.
5. DATE & TIME FOR OPENING OF BID : 4th
January,2018 at 1530 Hrs.
6. VALIDITY OF BID : 120 days from the specified date of closing of
bids
Page 3 of 25
LOCATION ADDRESS : The Disposal of item work shall be carried out at the following
locations:
SITE VISIT :
Bidders are advised to visit the site and see the items at STPI centers. The bidder will be permitted to
inspect the items only once and will not be entertained again. A tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charges consequent on
misunderstanding or otherwise shall be allowed.
Location Address Contact person name and
number
List of Items
Pune :- Plot no. P-1, Rajiv Gandhi Infotech Park,
M.I.D.C Hinjewadi, Phase-1, Pune-411057.
Mr. Dadafeer Gaunse, MAS
M :- 8983044876
As per Annexure-A
Mumbai :- Samruddhi Venture Park,
Gala no. 4, 4th Floor, MIDC Central Road,
Andheri (E ), Mumbai – 400093.
Mr. Manas Ray, JD
M :- 9869462660
As per Annexure-B
Nashik :- Plot No.IT-1,IT Park, Opp. S.D. Auto,
MIDC, Ambad, Nashik-422 010.
Mr. Sachin Purnale, DD
M :- 9822329240
As per Annexure-C
Aurangabad :- Plot No.:-T-25,Opposite E.S.I
hospital, Near Garware Stadium, MIDC,
Chikalthana, Aurangabad-431210.
Mr. Prafull Patinge, JD
M :- 9822028312
As per Annexure-D
Kolhapur :- Plot No. P5, IT Park, Opp.
Jayprabha Studio, Behind Renuka (Yalama)
Temple, Kolhapur - 416012
Mr. Sachin Narule, DD
M :- 9850963617
As per Annexure-E
Page 4 of 25
SOFTWARE TECHNOLOGY PARKS OF INDIA-MAHARASHTRA
SECTION- I
ELEGIBILITY CRITERIA AND GENERAL TERMS AND CONDITIONS
1) STPI Maharashtra invites Tenders from the qualified bidders for the disposal of e-waste items &
other item category items AVAILABLE AT PUNE, MUMBAI, NASHIK, AURANGABAD
& KOLHAPUR CENTERS in “as is where is’’ condition from reputed vendors who comply
with general terms and conditions and scope of work as per mentioned below.
2) The bidder is allowed to submit the bids for any number of locations or for all locations.
3) The bid document can be downloaded from our website www.mah.stpi.in or
https://eprocure.gov.in
4) The bid should be submitted in Sealed Cover duly filled with all required supporting documents
& Annexure.
5) The financial bid should be submitted for each center / sub center in separate sealed cover as per
Annexures (A, B, C, D & E) and insert in one baggage/outer cover along with other documents
as per Section-II (1.3).
6) Bid may be submitted with a forwarding letter on letter head of the Bidder. Each page of bid
document must be signed and stamped by authorized signatory to ensure the compliance with
the scope & services and general terms and conditions. No overwriting, corrections and cutting
is permitted.
7) Bid validity should be 120 days from the specified date of closing.
8) The completely filled bid document, duly sealed (with sealing wax / sealed with tape from all
four sides) should be addressed to “The Director, Software Technology Parks of India, P1,
Rajiv Gandhi Infotech Park, Hinjewadi, Pune-411057” and should reach on or before 1500
hrs. on 4th
January,2018 by registered post or by hand duly super scribed on the top of
envelope as “ BID FOR DISPOSAL OF E-WASTE & OTHER ITEMS AT STPI-PUNE,
MUMBAI, NASHIK, AURANGABAD & KOLHAPUR CENTERS.’’ 9) STPI will not be responsible for postal or any other delays. Quotations received in an envelope
that is damaged / torn or merely stapled will be summarily rejected.
10) Bids once submitted shall not be allowed to withdraw. Any default after acceptance of bid shall
be deemed to be non-compliance to the terms of contract.
11) The bidder has to be registered with State Pollution Control Board / Pollution Control
Committee / Central Pollution Control Board (CPCB) as per the E-waste Management and
Handling Rules 2011 published by the Ministry of Environment and Forest, Govt. of India vide
notification dated 12.05.2011. The bidder should submit copy of registration certificate from
respective pollution control board.
12) The bidder should ensure that the facility & recycling process are in accordance with the
standards laid down in the guidelines published by the CPCB from time to time.
13) The bidder should ensure that the residue generated thereof is dispose off in a hazardous waste
treatment storage disposal facility.
14) The buyer should dismantle / clear off all the items at their cost within 10 days from the receipt
of sale letter on production of their identity proof and original receipts for the amount remitted
with the sanction of the concerned authorities in the presence and supervision of Technical
Committee. STPI Maharashtra will not be held any responsible for any loss or damages or theft
of the item after the bid is finalized and sale letter issued to the buyer, and no compensation
thereof, will be entertained.
15) The successful bidder will be allowed a maximum period of 7 days after receipt of the
confirmation letter, to remit quoted amount. The lifting of e-waste items will not be allowed
before the submission of quoted amount in form of NEFT / RTGS or any other online payment
mode.
16) The lifting of e-waste items should be made during the working hour’s i.e.1000 hrs to 1700 Hrs.
At the time of pickup, bidder should have to submit relevant Form / certificate as per defined
guidelines along with the full details of item to be disposed.
17) Certificate of destruction should be submitted to STPI after disposal.
18) The bidder may inspect the site by predetermined date and satisfy themselves about the items
they are bidding for.
19) The EMD remitted by the successful bidder in the bid will be treated as security towards the bid
and will be released only after successful & satisfactory lifting of the articles from the
respective destination and submission of relevant certificates.
Page 5 of 25
20) If the buyer fails to remit the required amount and clear off the items within the time
specified as above, STPI will have the power to cancel the offer and forfeit the EMD. 21) The bidders are required to submit the following document (self-attested) along with bid
document.
• Valid Copies of registration certificates from State Pollution Control Board / Pollution
Control Committee / Central Pollution Control Board (CPCB) as per the E-waste
Management and handling rules 2011published by the Ministry of Environment and
Forest, Govt. of India vide notification dated 12.05.2011
• GST Registration
• PAN/ TIN etc.
Page 6 of 25
SECTION-II
1) TENDERING PROCESS:
The bids are invited on a single bid system: The tender form for Techno-Commercial bids complete in
all respect should be submitted in sealed cover super scribed–“Techno-Commercial Bid– Disposal of
E-waste & Other Items at STPI-Pune, Mumbai , Nashik, Aurangabad & Kolhapur”.
1.1 The cover/envelope should be sealed. The cover shall be super scribed as “Tender No:
STPI/P/Disposal/07/2017-18 dated 15th
December, 2017 & Name of Tender “Disposal of E-waste & other Items at STPI-Pune, Mumbai, Nashik, Aurangabad & Kolhapur” and addressed to “The
Director, Software Technology Parks of India, Plot no. P-1, Rajiv Gandhi Infotech Park, MIDC,
Hinjewadi Phase-1, Pune – 411057.”
1.2. Further the sentence “NOT TO BE OPENED” before due date and time of tender opening, should
also to be indicated on this envelope. If the outer big envelope is not sealed and marked properly as
above, STPI will not take any responsibility for its misplacement, premature opening etc. The Envelope
should be dropped in the Tender Box of the STPI at Reception in the above address on or before
1500 Hrs on 4th
January, 2018.
1.3 Contents of Techno-Commercial Bid: The bidder in this regard should submit the following
documents.
a) The bid should be accompanied with proof of the online transfer made through NEFT / RTGS
or any online payment mode for EMD of Rs. 10,000/- (Rupees Ten Thousand Only). The bid
received without EMD fee and bid security will be summarily rejected. b) Attested copy of proof (valid certificate) of having registered with MOEF (Ministry of
environment and Forests) / CPCB (Central Pollution Control Board) / SPCB (State Pollution
Control Board) / Pollution Control Committee (PCC) as re-cyclers / re-processors
c) Copies of the following documents to be enclosed:
i) Copy of PAN Card,
ii) Copy of GST registration certificate,
iii) Copy of Registration / Incorporation of the firm / Company,
(Proprietorship/Partnership/Firm/Company)
iv) Complete set of the Self attested tender documents,
v) Non-Disclosure Agreement as per the format (Annexure – I).
vi) Any other related documents,
d) The center wise sealed financial details of the items with respective rates as per the Bill of
quantities in Annexures A, B, C, D & E should be submitted along with documents above
mentioned (1.3- a, b, c ).
Note: Bidders not enclosing the document as per 1.3 (a, b & c) above, will be disqualified.
2. BID PRICES:
a) The bidder shall give the total price in Indian Rupees only.
b) Rates shall be quoted in words and figures. The amount to be worked out to whole number.
c) Prices indicated on the Price Schedule shall be entered in the following manner :
(i) The price of the items shall be quoted either total price or item wise for each center
separately.
(ii) The bidder shall quote only one price for each item. The price indicated by the bidder is
firm and no modification in the price will be accepted.
Page 7 of 25
3. BID SECURITY/EMD :
i. The bidders shall furnish, as part of his bid, an EMD or Bid Security for an amount of
Rs.10,000/- (Rupees Ten Thousand Only) through NEFT / RTGS or any other online
payment mode as per the details provided in the Point No. 9(iv). The EMD or Bid Security details should be enclosed with the tender document.
ii. The EMD is required to protect STPI against the risk of bidder's conduct, which would warrant
the EMD's forfeiture.
iii. A bid not secured shall be rejected by STPI being nonresponsive at the bid opening stage and
returned to the bidder unopened.
iv. The EMD or Bid Security of the unsuccessful bidder will be discharged / returned to them at
the earliest / within 30 days after award of contract/order to the successful bidder through
NEFT / RTGS or any other online payment mode only. The bank details of the bidders have
to be provided as per the format (Bidder Details- 14 (viii). The EMD or Bid Security of the
successful bidder will be retained as Retention Money or security Deposit and the same will
be returned within 15 days without any interest after the confirmation for removal of the e-
waste & other items from the premise and receipt of the full payment through NEFT / RTGS
only. The security deposit or EMD will bear no interest whatsoever. v. The EMD may be forfeited:
(a) If a bidder withdraws his bid during the period of bid validity or makes modifications to
his tender which are not acceptable to STPI.
(b) In the case of a successful bidder, if the bidder fails to sign the contract.
(c) Failure to fulfill the contract.
The bidder will not be eligible to participate in the tender for same services for three year from
the date of issue of work order if EMD / Bid security is forfeited.
4. PERIOD OF VALIDITY OF BIDS:
Bid shall remain valid for 120 days after the date of bid opening prescribed by STPI.
5. CLARIFICATION OF BID DOCUMENTS BY THE CONTRACTOR:
A prospective bidder, requiring any clarification of the Bid Documents shall notify STPI in
writing or by Fax at STPI's mailing address indicated in the Invitation for Bids. The clarification
will be accepted before 10 (ten) days of the due date of tender. The reply will be communicated
to respective bidders.
6. PREPARATION OF BIDS: DOCUMENTS COMPRISING THE BID:
i. Clause by Clause compliance demonstrating substantive responsiveness to the financial
condition by signing and stamping on all the pages of the original bid document No.
STPI/P/Disposal/07/2017-18 dated 15th
December, 2017__(Containing 25 pages) by
authorized person (s),
ii. Conditional bids will not be accepted.
iii. The contractor shall submit his tender only after carefully examining the whole of the
tender documents and the conditions of tender and of contract, scope of work etc.
iv. “Financial Bid” should be strictly sealed separately (center wise) as per
Annexures mentioning the name of center on EACH envelope.
Note: All the documents submitted (whether original or photocopy) in the bid must be legible & self-
attested.
Page 8 of 25
7. TENDER EVALUATION :
i. STPI shall evaluate the bids to determine whether they are complete, whether required sureties
have been furnished, whether the documents have been properly signed and whether the bids are
generally in order. Tender committee will scrutinize the bids.
ii. Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between
the unit price and total price, the unit price shall prevail and the total price shall be corrected by
STPI. If there is a discrepancy between words and figures, the amount in words shall prevail. If
the Contractor does not accept the correction of the errors, his bid shall be rejected.
iii. The evaluation and comparison of responsive bids shall be done on the price of the goods
offered as indicated in the Price Schedule of the Bid Document.
iv. The STPI may waive any minor non-conformity or irregularity in a bid which does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any bidder.
v. The Bids shall be acceptable for all center / sub-centers as per Annexures (A,B,C, D & E).
vi. STPI shall evaluate the bids based on each center / center wise.
8. AWARD CRITERIA :
The contract will be awarded on the basis of highest financial bid received for each center by responsive
bidder who complies with all terms and conditions of the tender. In case the H1 vendor is not able to
accept the sale letter within Seven days, EMD will be forfeited and the same will be offered to next
lower bidder (H2) at rate given by H1.
STPI shall consider placement of order on the bidder whose offer has been found technically and
financially acceptable. STPI has full rights to place order on fully or partially.
STPI reserves the right to terminate the order in case of violation of the terms and conditions of the
tender or non-fulfillment of the statutory requirement.
9. PAYMENT TERMS :
Successful bidder has to submit through NEFT / RTGS or any online payment mode for amount quoted
within 7days of the sale letter. All payments should be made ONLY through NEFT / RTGS or any
other online payment mode transfer as per the details provided in the Point No. iv below :
i. 100% of the bid amount shall be paid in favor of Software Technology Parks of India,
Pune along with the acceptance of the sale order within 7 days.
ii. Delivery will be accepted only after payment of the full amount.
iii. Taxes as per local laws shall be paid over and above the quoted amount. No Cheque /
Cash will be accepted. Payment will be only in the form of NEFT / RTGS or any other
online payment mode.
iv. STPI details for the transfer of EMD through NEFT / RTGS payment is given below :
Sr. No. Particulars Details
1. Account Holder Name Software Technology Parks of India
2. Account Type SB A/c No. 013810110001793
3. Bank Name Bank of India
4. Address Shop No. 26, 27, Moraj Residency, Plot No. 1,
Palm Beach Road, Sanpada,
Navi Mumbai - 400705.
5. IFSC Code BKID0000138
6. MICR Code 400013133
7. Branch Code 000138
Page 9 of 25
10. DELIVERY DETAILS: a. Delivery of the items to be taken within 10 days from the date of order acceptance and
will be accepted only after the receipt of the full payment.
b. Weighing of e-waste items should be carried out in the presence of STPI staff.
c. Bidders shall obtain confirmation two working days in advance before taking delivery.
Bidders can contact at center Pune, Mumbai, Nashik, Aurangabad & Kolhapur.
d. The items shall be removed by the bidder or agent duly authorized in writing by the
bidder and in the presence of the STPI staff.
e. The bidder shall arrange his own persons for sizing, loading and transportation from the
site.
f. Bidder will leave storage place of the items quite clear.
g. The bidder shall be responsible for any loss or damage to buildings, structures,
properties etc., within the premises of the STPI, if such losses or damages is due to the
fault or negligence or willful acts, omission or any other reason whatsoever of the
bidder.
h. The bidder shall fully comply with all the safety rules and provide necessary safety
devices etc. that may be required at their cost during the work.
i. Any attempt to influence the discussion regarding confidential details will make the
bidder disqualified. Persons working in STPI in any capacity are not eligible to
participate in the tender.
j. Schedule of center wise items are enclosed as ANNEXURE A, B, C, D & E. Bidders
shall quote rates separately for EACH CENTER either item-wise or lump sum, both in
words and figures.
k. The Disposal of items work shall be carried out at Pune, Mumbai, Nashik, Aurangabad
& Kolhapur of STPI centers (Addresses mentioned above)
11. DELAY IN TAKING DELIVERY : i. If the item has not been removed within the above time schedule (10 days), the bidder
has to pay a ground rent of 0.5% of quoted rates, for each day of delay up to further 10
days.
ii. If the item is not removed even within the extended 10 days, the total Sale Amount paid
will be forfeited by STPI and order will be cancelled.
iii. As soon as the full amount (Bill of quantities) of the bid money is paid by the bidder, he
would acquire his lien on the stores. The responsibility of the store lies with the bidder,
if any damage is done by way of pilferage / fire or any other unforeseen calamity. No
claim on this account shall be entertained.
12. TERMINATION BY DEFAULT :
i. STPI reserves the right to terminate the agreement at its discretion at any time without assigning
any reason, thereof.
ii. The STPI Pune may, without prejudice to any other remedy for breach of contract, by written
notice of default sent to bidder, terminate the Contract in whole or part:
• If the Bidder fails to provide services within the time period specified in the contract or any
extension thereof granted by the STPI.
• If the Bidder fails to perform any other obligations under the Contract.
13. REJECTION OF THE BID:
i. 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 will be final.
ii. In case the selected bidder does not show interest in lifting the goods, the bid security
EMD will be forfeited.
iii. The bidder will have to furnish the requisite document as specified in the bid document,
failing which the bid is liable to be rejected.
iv. The bids received after specified date & time will not be considered.
v. The bids received through Fax/Telex/ photocopy will not be considered.
Page 10 of 25
14. DETAILS OF THE BIDDER:
i. Name, address & Contact No. of the bidder:
ii. If it is noticed that any client did not find the work carried out satisfactory, the tenders
of such bidders will be treated as invalid,
iii. Attested copy of proof (valid certificate) of having registered with MOEF (Ministry of
environment and Forests) / CPCB (Central Pollution Control Board) /SPCB (State
Pollution Control Board) / Pollution Control Committee (PCC) as re-cyclers / re-
processors.
iv. Proof of payment for the EMD amount of Rs. 10,000/-.
v. The firm must register the following & provide copies of the same:
Particulars Reg. No & date Proof submitted
Mention the registration numbers of:
a) PAN No.
b) GST Reg.No.
c) Certificate of Reg. No.
Yes/No
Yes/No
Yes/ No
vi. Non-Disclosure Agreement as per the format – Annexure I .
vii. Complete set of the self-attested tender documents.
viii. Bank details of bidder for making NEFT / RTGS payment:-
Please enclose the copy of the cancelled cheque for verification along with this format.
Signed by:-
(Bidder)
Name of the Bank:
Branch Name :
Account Number :
Name of the Account Holder :
IFSC No.:
Page 11 of 25
ANNEXURE – I
FORMAT OF NON – DISCLOSURE AGREEMENT
Date:
We _______________________hereby agree to keep all information confidential about STPI learnt
by below signed persons from this date __________ onwards, and at all times in future, in which
______________________(the contractor) has an interest.
We hereby agree and undertake to maintain such information as confidential and undertake not to
use any part or the whole of such information, directly or indirectly learnt about STPI, for any other
purpose other than for conducting work for sale of E-waste & other items .
We further agree that our personnel will only disclose confidential information on a need to know
basis with the consent of STPI-Pune.
Signed by:-
(Bidder)
Page 12 of 25
ON BIDDER’S COMPANY LETTER HEAD
SECTION-III
LOCATION WISE BILL OF ITEMS
(Rate shall include cost of transportation and other overheads)
ANNEXURE- A (PUNE)
Financial BID for Disposal of E- waste & Other items at STPI – PUNE
Sr. No. Particulars of Items Quantity / Weight Value Quoted
(In Rs.)
1 2 3 4
1
128 Kbps Radio Modems including
insurance, octrai, freight etc.
2
2
Cisco Router 7513: 13 slot dual bus 2
RSP4 2 PS (SN: 73024954), Cisco 7513/
4x2 Dual AC Power Supply, AC Power
Cord, cisco 7500 Series route switch
processor 4, cisco RSPx series IOS IP,
RSP4 256MB DRAM Option RSP4 Flash
Card: 20 Mboption, Versatile Interface
processor 2 model 50, 128 Mbyte
DRAM, 8 Port serial V.35 port Adapter, 8
lead octal cable and 8 male v.35 DTE
connectors, 2 port Multichannel E1 port
Adapter, 2-Port fast ethernet IP, CISCO
IOS, V.35 cable DTE Male 10 feet, 8 Lead
Octal Cable and 8 Male v35 DTE
Connectors
1
3
Cisco Router 3660: Cisco 3662 Router
with Cache engine, Upgrades for 7513
and Layer 3 Switch - Cisco catalyst 2948
switch.
1
4 12 KVA UPS 1
5 18W/11 Dulux D 25
6
9 Watts D/S/11 osram & 18 Watts
D/D/11 Osram
175
7
9 Watts D/S/11 osram & 18 Watts
D/D/11 Osram
30
8 Electrical fittings - multiples Multiple
9
Main Switch, wire, multiple electrical
items
Multiple
10 Meter box 1
11
Panasonic Make SMP Batteries for
backup
1 set
12 Sony cordless phone 1
13
8210 Nokia Cellular handset with
accessories, IMEI no.
449308101085849, 449308101063044,
448902706383533, 448902104585507
4
14 UTP Cat5 Anti Cables 1500mtr 1500mtr
Page 13 of 25
15 UTP Cat5 Anti Cables 600mtr 600mtr
16 Mounting Cord 7Ft NP Cat 61No.
17 Cross Connect 250P NT 1
18
Cable UTP Cat5 NT 1500Mtr and CAYT 5
information outlets single surface
mount, Dual Surface Mound , Cat 5
Mounting Cords 4 ft , Cat 5 Jack Panel
24 Ports (39Nos, 32Nos, 61Nos,3Nos)
(39Nos, 32Nos,
61Nos,3Nos)
19
1.5 Ton Air conditioner Split [CARRIER
make]
1
20
Dell make Computers
incl. of insurance, fright etc. 17
21
Compaq Laptop
Compaq NX-5000 2Nos. And Carrying
Cases
2
22
Microsoft Windows SBS 2003 Premium
Edition (5 Users) 1
23
HP CLJ 2600 N
SN- CNGJ5CW07Y 1
24
HP Laptop NX6110, PC 416PA
4Nos. [ SN- CNU611287C,CNU61128JD,
CNU61128JV, CNU611285M]
3
25
Patch Max Panel 24 Port ; Cat 5
Mounting Cords 7Ft(48Nos), Single
Information Faceplate(24Nos),
Information outlet Module(34Nos) ;
incl. of Tweesting term. Chrgs
107
26
D Link External Modem
DFM-560ES - 2Nos 2
27
Nokia 8210 with charger and
accessories 1
28
Cellular handset Nokia 3350 with all
accessories, Sr. No. 350686607106319,
35068660719114
2
29
Cellular handset model with all
accessories. Sr. no. 351119601585147,
351119601560405, 351119601584447,
351119602026562
4
30 EPBAX-'Krone Telephones 15
31
Supply & Installation of Intellicon make.
Model Optima 308 with 03 P&T lines 1
32 EFL Pure guard multifunctional WP 1
33 Canon Fax B-120 1
34
Carrier make 1.5 Tr Hiwali split AC K
series 2
35
3Com Switch 3300 12 Port Superstack 3
(3Nos) + Ssii Switch Layer 3 Module
(3Nos) + 3300XM Switch 24Por(9Nos)
3
36 Access Control card 28
37 Wireless Ethernet 1
Page 14 of 25
38 Network Module 1
39 W lan 2.4 GHz Ethernet Bridge 1
40 W lan 2.4 GHz 11 Mbps Ethernet Bridge 1
41 Techno InfoTech BMS 9.0 B 1
42 Crompton water pump 1
43 Crompton water pump 1
44 Siirus classic DPVIL server 6510307 1
45 D Link Switch 80 gb hard disk 1
46
AR 24027 Long RANGE 2.4 GHz Wireless
Bridge NAMDWIDH OF 4.6 MHz 1
47 W lan 2.4 GHz 11 Mbps Ethernet Bridge 1
48
A Far AR 24027 Long range 2.4 GHz RF
Bandwith 4.6 MHz 1
49 80 GB Hard Disk 1
50 256 MB SD RAM 1
51 Bandwidth management system 1
52 NM 4 T Cisco make V.35 2
53
Laptop Nx6110 Pc 416pa [4Nos -
CN0611287C, CN061128JD,
CN061128JV,CN0611285M]
3
54
Laptop Nx6320 business laptop 1Nos -
CNU710024V 1
55
22 inch TFT Monitor Viesonic
Vx2235wm Model, SN-QA5071761444 1
56
Plain paper fax machine , Make: SHARP,
Model: FO 650 1
57
2.4 GHz WiFi bridge. 24 DBI antenna &
CAT 5E cable with all accessories. 2
58
Afar AR 24027 long range 2.4 Ghz, RF
BW of 4.6 MHz Wireless bridge, SN
AF016294, AF 017874 (1 pair), 24 dBi
antenna (1 pair), STP cable with power
injector (2 set)
4
59 3 com switch : Model 3CR17561-91 1
60
DC injector/RJ-45 , model-RJ45 DI, I/P
DC 12 V 2
61 Model- HL-0204-421,I/P-100-240v-1.0 A 2
62
3 COM make 28 port switch Model:
3CR17161-91, SN : 9LAF8KKD4B380 1
63
HP desktop DX 2480, System intel core 2
duo E7200, 2.66GHz, 1GB Ram, 160 GB
HD, Vista business downgrade to XP
with 17" LCD monitor, Multimedia key
board, Optical mouse, integrated
10/100/1000 MC card
5
64 Raritan Make serial over IP SX 2
65 Voltas Vertis HW 2 Ton Split Ac 1
66 Panasonic make cordless phone 1
67 Nokia N70 1
68 HTC Model no P3300 1
Page 15 of 25
69 Nokia Model no H350 1
70 Panasonic make cordless phone 1
71 NOKIA model no N.E.71 1
72 NOKIA Model No.7210 1
73 CHAIRS 70
74 water fountain 1
75 Coral make EPABX Systems 1
76
Matrix make digital key telephone EON-
45(EPABX) 1
77
Matrix make 32 analog extension card
(EPABX) 1
78 Usha DX 2000 digital EPABX 1
79
EFL Pureguard Multifunctional, Water
purifier 1
80 Beetel Blue Clip Telephone Instrument 32
81
Pureguard Multi functional Water
Purifier 2
82
Coral Telecom LCS Card & telephone
instrument 7
83 Access Control systems, Hinjewadi 1
84
Karel Business Communications
telephone systems 1
85
Dell Laptop : Intel Core i3 - 720QM,
1.6GHz, 6MB Cache, Win 7 Home
Primium 64Bit, 4GB DDR 3 RAM, 500GB
HDD, 15.6LED, Carry Case
1
86 Browin 411 Hr Radio Modems 7 pair
87
2*5 KVA Online UPS System with
battery bank 1
88 2 Ton split AC 6
89 Drop Box 19'*12" 1
90 Fabricated Trolly Model no:PH3002E 1
91 Samsung Mobile Model No: 6112 1
92 Karbon Mobile Phone 1
93
Samsung LCD Monitor 22" TFT Monitor
View Sonic [1Nos]
and 17" LCD Monitor Samsung
[3Nos.]
1+3
94 DARSH make 104 EPABX Systems 1
95 D Link Modem 1
96 3 Com switches 12 & 24 Ports 1
97 Bandwidth manager 9.0 B 1
98 W lan 2.4 GHz Mbps Wireless 1
99 CD Writter 52x LG 1
100 W lan 2.4 GHz Mbps Wireless 1
101 A far Ar 24027 Long Range 2.4 GHz 1
102 Compaq make Laptop 1
103 Rack 17U/600/600 1
104 Dell Make laptop 1
105 NM 2 CE1 T1 PRT 1
Page 16 of 25
106
22" TFT Monitor ViewSonic - 1No and
LCD Monitor Samsung 17" - 3Nos.
4
107
HP Compaq NX6320 Business Laptop
and Carrying Case
2
108 Matrix Digital KTS System 1
109 NM20 T1-PRI 6
110 V.35 NM-4T Module Card for Cisco 1
111
Loop IP - MUX 6440
SN-08141210093183, 08141210093184
2
112
HP Colour LaserJet CM2320 NF Printer
1Qty
1
113
Compaq Laptop 510 - VF632DA - 2No.[
CNU9279JRS, CNU9279K99] Vista, core
2 Due, 2GB RAM 160 HDD, DVD RW
with Carry Case
2
114
BA Systems Router EN 3500 Chesis with
i/p o/p card , 4 V.35 Ports and Cables ,
256Mb Flash, DB9 MF Console, Cat5
Ethernaet Cable etc.
1
115
Loop Telecom , Loop-IP 6440 IP1 Mux -
2Nos
2
116
2 Port Fast Ethernet and 2 Port E1
Interface Card for BA make EN3500
Router SN-BAAV25070010DF
1
117
4Port Fast Ethernet Card for BA make
EN3500 Router SN-BAAV510700D001
1
118 Motorola E6 1
119
PC/AT with 80286 CPU , 16MHz , 1Mb
RAM, 1x360KB FDD, 1x1.2Mb FDD,
40MB HDD, 14" Soft white Monitor with
CGA Card, 1 Serial Port, 101 Keyboard
2
120 PC, 80286 1MB RAM 1
121 Tally Package 1
122 Vaxine Package 1
123 EM-TEX Monitor 1
124
Desktop : 486/PCI-ISA-66-
128/*M/Monitor 14" Color VGA 1
125 Multimodem MT 1932 2Dx 3
126 Cisco Routers : Sun Micro Systems 1
127
Casing Capping 3/4 PVC Pipe and
Mounting 1
128
16 Port Patch Panel, CM No.
257/16.03.97 1
129 Motherboard & External Hard Disk 1
130 16 Bit Sound Card/ 60watt Speakers 1
131 Pentium Purchased 2
132 Microsoft Back Office Server 1
133 Microsoft User Client MLP Software 1
134 Digital Ventura Desktops 15Nos. 15
135 Provision for 15 Desktop 1
136 Pentium Motherboard 1
Page 17 of 25
137 Purchase of Scanner 1
138
10 Desktop Computers with 10 Monitor,
10CPU , 10Keyboard, 10 Mouse, 10
Etthernet Card
[CPU Sr.Nos.
AD38A0102090400782WTE ;
AD38A0102090400783WTE;
AD38A0102090400784WTE;
AD38A0102090400785WTE;
AD38A0102090400786WTE;
AD38A0102090400787WTE;
AD38A0102090400788WTE;
AD38A0102090400789WTE;
AD38A0102090400790WTE;
AD38A0102090400791WTE ]
10+10+10+10 and
20 Power Cord
139 Purchase of Safeguard Protector 3P 1
140
Consignment of Compaq Server Charges
incl. Margin Money, Freight, Insurance ,
Octroi and Clearing Agent
1
141 Cat5 Cabling and Other Cabling 1
142
Consignment of Cisco Router incl of
Freight, Insurance, Octroi, Commission,
Op. Chrgs for Import and supply
(considered 1 to 9 points of Pg. 85 in
FAR 9 )
1
143 U.P.S Stabiliser 1
144 EPEBAX system 1
145 Vacuum Cleaner 1
146 Xerox machine 1
147 3 KVA UPS WITH Batteries 1
148 Fax machine 2
149 Water Purifier 1
150
3 Com Switche Hub, Patch Panel,
mounting kit & accessories with cables 1
151 Desktops Computer (HCL) 2
152 Lenovo laptops 1
153
HP Office Jet 4355 Color Inkjet Printer
with scanner, photocopier and fax
function
1
154 Samsung Sync master 740N 17" TFT
Monitor 8
155 IBM CPU 1 set
156 WIPRO DESKTOPS 5
157 HP Laptops 1
158 Laptop 1
159 HP Probook 441 Laptop 1
160 Protos CPU make Wipro 8
161 Protos CPU make Wipro 1
162 CD Writer 1
163 Lenovo laptops 2
164 Canon L 140 Digital Fax Machine 1
Page 18 of 25
165 Samsung Refrigerator 1
166 Nokia 5310 mobile with 1 GB memory 2
167 Nokia E71i with Bluetooth 1
168 Nokia 6303 1
169 Samsung Monte S5620 1
170 Nokia 6610i 3
171 Mobile Handsets (Nokia 6080) 1
172 Samsung Mpower music SCH-379 1
173 Assus P527 IME 1
174 STPM/D007/10-11/FA609/VAS-
Networking-Equip-8 Port Switch/1/2 1
175
Samsung Mobile (DUOS), Model no.
RP7Z70340Y & battery Sr. no.
BN1Z622AS/4-B & charge 1
176 Spice MI-500 Mobile, IMEI-
91123970000355 1
177
Blackberry Mobile 9860 Torch (IME no.
357826043500138) 1
178 Laptop Dell latitude E6420 1
179
1.5 Ton Air conditioner Split [CARRIER
make] 1
180
1.5 TR Window AC, Sr. No.
42012002098 to 42012002099 2
181
1.5 TR Split Air conditioners [CARRIER
make] 1
182 AC 7.5 ton 1
183 1.5 ton split AC 4
184
Telephone system with 12 lines and 40
extension, Beetel make push button
single line telephone, Installation &
commission
1+1+1+22
185
16 Port Hub Compex , Non SNMP and
Stackable, SN 89634900 1
186 State Cluster 10-0020-l 5
187 SMF Batteries 1
188 AC Parts 22
189 Super tack 3 Switch 2
Total
Plus Applicable Tax (GST) @18%
Grand Total
TOTAL AMOUNT IN WORDS Rupees……………………………………………………
I certify that all the terms and conditions of the tender documents are acceptable to us.
Signature & Seal of the Bidder. Name:
Page 19 of 25
Designation:
Company Seal:
Date :
Place :
• THE BIDDER IS ALLOWED TO SUBMIT THEIR BIDS FOR ANY NUMBER OF
LOCATION OR ALL LOCATIONS.
Page 20 of 25
ON BIDDER’S COMPANY LETTER HEAD
LOCATION WISE BILL OF ITEMS
(Rate shall include cost of transportation and other overheads)
ANNEXURE- B (MUMBAI)
Financial BID for Disposal of E- waste & Other items at STPI – MUMBAI
Sr. No. Particulars of Items Quantity /
Weight Value Quoted
(In Rs.)
1 2 3 4
1. Computer printer 1
2. Computer Printer 1
3. Lenovo laptops 2
4. Visiting card scanner 1
5. Digital camera 1
6. Card Scanner 1
7. Fire Alarm & Fire Detection Systems 1
8. Water Tank 1
9. Refrigerator 1
10. Pedestal fan 2
11. EPABX system 1
12. LCD Projector 1
13. Web camera 1
14. Cell phones 1
15. Window AC 1
16. Servo Stabilizer 25 KVA Range 175-280 1
17. Rad datacom eqpt (Contains 4 cables , 2 HS703
cards , 2 HS Q card, 2 FCD & 2 SPD) 12
18. 4 channel HSQ MODULES (Nx 64kbps) 2
19. 7206 VXR with NPE-400 & I/O controller with
2 FE/E port 1
20. Cisco 7200 AC power supply option 1
21. Cisco 7200 redundant AC power supply unit 1
22. Power cord Europe 1
23. Power cord Europe 1
24. Cisco 7200 series IOS IP 1
25. Cisco 7200 I/O PCMCIA Flash Disc, 128 MB
option 1
26. 256 MB memory for NPE-400, in 7200 series 1
27. 8 port multichannel E1 port adapter with G703
120 ohm interface 1
28. 7.5 ton ductable split AC-No.1 1
29.
Supply of Layer 3 switch-qty-2, Catalyst 3750
24 10/100 /1000 + 4 SPF Enhanced Multilayer 1
RU
1
30. Layer 3 Manageable Switch 1
Page 21 of 25
31. Cisco PA-8T-V35/ 8 port serial V.35 Port
adapter 2
32. LG Split Air Conditioners of 2Tn capacity 1
33. 2Tn Split AC, Carrier make, ductable M 1
Total
Plus Applicable Tax (GST) @18%
Grand Total
TOTAL AMOUNT IN WORDS Rupees……………………………………………………
I certify that all the terms and conditions of the tender documents are acceptable to us.
Signature & Seal of the Bidder. Name:
Designation:
Company Seal:
Date :
Place :
• THE BIDDER IS ALLOWED TO SUBMIT THEIR BIDS FOR ANY NUMBER OF
LOCATION OR ALL LOCATIONS.
Page 22 of 25
ON BIDDER’S COMPANY LETTER HEAD
LOCATION WISE BILL OF ITEMS
(Rate shall include cost of transportation and other overheads)
ANNEXURE- C (NASHIK)
Financial BID for Disposal of E- waste & Other items at STPI – NASHIK
Sr. No. Particulars of Items Quantity
/ Weight
Value Quoted
(In Rs.)
1 2 3 4
1.
Desktop Computer Pentium 4 2.8 GHz INTEL 845 GV
Chipset, Motherboard 256 MB RAM /40 GB HDD/ 1.44
FDD/ 52X CDROM Drive/
15" Color Monitor/Keyboard/ Mouse/Window XP Home
2 nos.
2. 125 W H.P.M.V. Lamp Fixture with blub fitting with
M.S.PIPE 2 nos.
3. Carrier Make 2 Ton K Series Split Air Conditioner with
M.S. Stand for Outdoor unit with Installation charges. 1 no.
4. Fire Extinguisher, FIRE GUARD 4 nos.
5. Nilkamal Chair 1 no.
6. Panasonic Make KX-386 CX Fax Machine 1 no.
7. Bio Access, Electromagnetic plate locks, Push button 1 no.
8. MS 48 Karel EPABX System, with Operator Console 1 no.
9. 16" High Wall Fan 1 no.
10.
VSAT KU-SPT IF 70:140#180MHz 220VAC 2W,
BOOSTER KU-BAND 2W TO 16w V2.0 230VAC,
TRANSIENT PROTECTION BOX 220VAC,
ACCESSORIES KU-BAND BOOSTER ASYM,
ACCESSORIES VSAT KU-BAND INDIRECT MOUNT
V2
1 set
11. 3662 Cisco Router (Sr.No.JMX0703L4A2) 1 no.
12. 3Com SuperStack-3 Switch 3300 XM having 24 port 1 no.
13. 3Com SuperStack-3 Switch3226 having 24port Layer3
Non Stackable
1 no.
14. CISCO 3660 Serial Interface Module 1 no.
15. Atrie Wire span 300C Interface
Converter.Sr.No.60w920000124
1 no.
16. Ibridge Long Range Wireless Bridge-WITH 2.4 Ghz WI-
FI BRIDGE, Antenna & its necessary accessories
2 nos.
17. Atrie Wirespan 3000 C (G.703 to V.35) Interface
Converter
1 no.
18. G.703 to V.35 Interface Converter 2 nos.
19. High Range Ethernet Modem with all Accessories Browin
411 HR (>30 Mbps, with a distance of minimum 25Kms.)
2 nos.
Total
Plus Applicable Tax (GST) @ 18%
Grand Total
Page 23 of 25
TOTAL AMOUNT IN WORDS Rupees……………………………………………………
I certify that all the terms and conditions of the tender documents are acceptable to us.
Signature & Seal of the Bidder. Name :
Designation :
Company Seal :
Date :
Place :
• THE BIDDER IS ALLOWED TO SUBMIT THEIR BIDS FOR ANY NUMBER OF
LOCATION OR ALL LOCATIONS.
Page 24 of 25
ON BIDDER’S COMPANY LETTER HEAD
LOCATION WISE BILL OF ITEMS
(Rate shall include cost of transportation and other overheads)
ANNEXURE- D (AURANGABAD)
Financial BID for Disposal of E- waste & Other items at STPI – AURANGABAD
Sr. No. Particulars of Items Quantity /
Weight
Value Quoted
(In Rs.)
1 2 3 4
1. 3 COM 24 Port Switch 1 no.
2. 3 COM 12 Port Switch 1 no.
3. C Band LNA Systems A'bad 1 no.
4. 21 Meters Tower 1 no.
5. Converter at A'bad 1 no.
6. Cordless Phone (Panasonic) 1 no.
7. 2.5 Ton AC Compressor ( Faulty) 2 nos.
8. Waste - News Paper 3 Kg approx..
9. Toner ( Empty & Faulty ) 2 nos.
Total
Plus Applicable Tax (GST ) @18%
Grand Total
TOTAL AMOUNT IN WORDS Rupees……………………………………………………
I certify that all the terms and conditions of the tender documents are acceptable to us.
Signature & Seal of the Bidder.
Name :
Designation:
Company Seal:
Date :
Place :
• THE BIDDER IS ALLOWED TO SUBMIT THEIR BIDS FOR ANY NUMBER OF
LOCATION OR ALL LOCATIONS.
Page 25 of 25
ON BIDDER’S COMPANY LETTER HEAD
LOCATION WISE BILL OF ITEMS
(Rate shall include cost of transportation and other overheads)
ANNEXURE- E (KOLHAPUR)
Financial BID for Disposal of E- waste & Other items at STPI – KOLHAPUR
Sr. No. Particulars of Items Quantity /
Weight Value Quoted
(In Rs.)
1 2 3 4
1. IBM Computer 1 no.
2. Compaq Computer 1 no.
3. Fire Extinguisher 4 nos.
4. Water Filter Purifier 1 no.
5. Tata Indicom Internet Data Card 1 no.
6. Crompton Greaves Make Water Pump 1 HP 1 no.
Total
Plus Applicable Tax (GST) @18%
Grand Total
TOTAL AMOUNT IN WORDS Rupees……………………………………………………
I certify that all the terms and conditions of the tender documents are acceptable to us.
Signature & Seal of the Bidder. Name :
Designation :
Company Seal:
Date :
Place :
• THE BIDDER IS ALLOWED TO SUBMIT THEIR BIDS FOR ANY NUMBER OF
LOCATION OR ALL LOCATIONS.